NOCCinfra

advertisement
NOCCinfra
NOCCinfra
(NOCCI BALASORE INFRASTRUCTURE COMPANY)
INDUSTRY FACILITATION CENTRE
GANESWARPUR INDUSTRIAL ESTATE, BALASORE, ORISSA-756019
TELEFAX: 06782-267273
PLASTIC POLYMER & ALLIED CLUSTER, BALASORE
( PROJECT UNDER Industrial Infrastructure Up gradation Scheme)
NOTICE INVITING TENDER
Sealed Rate tender invited from reputed and eligible bidders for Supply, Erection,
Modification, Testing & Commissioning and preparation of approved as built
drawings of Signaling & Telecommunication work at new railway siding taking off from
New Block Station on Nilgiri Ballast Siding, Balasore under Kharagpur Division of South
Eastern Railways.
NIT Ref: NOCCinfra/Railway Siding (S & T)/2015-16/117
USTRY FACILITATIONTREGANESWARPUR IND.
Name of the work
Date Of Publication Of Tender
Supply, Erection, Modification, Testing &
Commissioning and preparation of approved as
built
drawings
of
Signaling
&
Telecommunication work at new railway siding
taking off from New Block Station on Nilgiri Ballast
Siding, Balasore under Kharagpur Division of
South Eastern Railways.
Date : 11th Dec, 2015
Last date and time of receipt of Date : 6th Jan,2016, Time 15.00 hours
bids.
Date and Time of opening bid
Date : 6th Jan,2016, Time 16.00 hours
Place of availability, receipt & NOCCi BUSINESS PARK
opening of quotation.
3rd Floor of Trade Tower
At-Bampada, Post-Chanpur, Balasore.
Pin-756056, Near Birla Tyre,
Opposite of CIPET.
Ph-06782-255966 / 967
Can also be downloaded from www.nocci.in.
BID Cost
Rs. 2100/- (Rupees Two Thousand One
Hundred Only) Inclusive of VAT @ 5% DD in
favor
of
NOCCi
BALASORE
INFRASTRUCTURE COMPANY, PAYABLE AT
BALASORE.
Bid security /
Rs. 4,00,000/- (Rupees Four Lakh Only) The
Ernest money deposit (EMD) bid must be accompanied by EMD of the
OR Bank Guarantee should be amount Rs 4,00,000/- shape of DD in favor of
valid 90days from the date of NOCCi
BALASORE
INFRASTRUCTURE
bid opening any nationalized COMPANY, PAYBLE AT BALASORE.
bank.
(ii) Bank Guarantee Format Enclosed
Period of Completion
04 Months from the date of placing
LOI/W.O
Tender issuing authority
A.G.M-Finance ,
NOCCinfra, Balasore
BIDDER’S SEAL & SIGNATURE
Page 1 of 130
A.G.M-FINANCE
NOCCinfra
INDEX
Sl No.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
Description
NIT Cover Page
Index
Instruction of Tenders
BID Qualification Criteria
Project Description & Scope of Work
Time Schedule
Schedule of Quantities
General Terms & Conditions
Special Condition of Contract
Safety, Health & Environment Requirements
Technical Specification
Drawings
Bank Guarantee Format
Summary of Price Bid
Schedule – “A” Supply of S & T Materials
Schedule – “B” Execution of S & T Materials
BIDDER’S SEAL & SIGNATURE
Page 2 of 130
Pages
1
2 to 2
3 to 7
8 to 9
10 to 12
13 to 13
14 to 15
16 to 43
44 to 57
58 to 63
64 to 82
83 to 97
98 to 98
99 to 99
100 to 120
121 to 130
A.G.M-FINANCE
NOCCinfra
INSTRUCTIONS OF TENDERERS
PREAMBLE:
NOCCi Balasore Infrastructure Company, (NOCCinfra) proposes to provide new railway
siding taking off from New Block Station on Nilgiri Ballast Siding, Balasore under
Kharagpur Division of South Eastern Railway.
The scope of the work includes but not limited to the following.
The work involves for Supply, Erection, Modification, Testing & Commissioning
and preparation of approved as built drawings
of Signaling &
Telecommunication work for NOCCI BALASORE INFRASTRUCTURE COMPANY
Railway siding taking off from Balasore station.
1.1
i.
Panel Interlocking of central cabins of N e w Block Station on Nilgiri Ballast Siding,
Balasore under Kharagpur Division of South Eastern Railway.
ii. Provision of Panel Interlocking with MACL Signaling.
iii. Provision of Electrical Point Machines, Track Circuits etc. Provision of LED lit
Signals.
iv. Provision of Integrated Power Supply.
v. Provision of Digital Axle Counter, (for Block proving). Provision of VHF Sets for
Communication.
vi. Provision of Glued Joint.
vii. Provision of Data Logger.
viii. Allied Miscellaneous works.
ix. All other enabling/associated works required to complete the jobs as per
specification and schedule of quantities/rates.
1.2
The work involved shall comply with the Railway standard drawings
1.3
The period of completion is 4 (Four) months.
1.4
The tender is required to bid in two bid system:
A.
BID-01 (Technical Bid) The technical bid against the Tender Notice Ref:
NOCCinfra/Railway Siding (S & T)/2015-16/117, dated 11th Dec,2015 will be
prepare sign and sealed by the tenderer and put inside a cover Super Scribed
technical bid for Tender Notice Ref NOCCinfra/Railway Siding (S & T)/201516/117, dated 11th Dec,2015 duly sealed & signed.
B.
BID-02 (Price Bid) as per the BOQ attached at NIT, to be duly filled up signed &
sealed in every page and put a separate cover super scribed price bid against
Tender Notice Ref NOCCinfra/Railway Siding (S & T)/2015-16/117, dated 11th
Dec,2015 duly sealed & signed by the tender.
1.5
The tender shall put both the bids i.e., Technical & Price Bid as described above
along with two separate Demand Drafts on for Bid Cost & other for Bid Security
deposits inside a single cover super scribed Tender Notice Ref NOCCinfra/Railway
Siding (OHE)/2015-16/117, dated 11th Dec,2015 duly signed seal to be put inside
the Tender box, which will be opened on 6th Jan, 2016 Time 16.00 hours.
2.
Tenders completed as per instructions in Para-(i) or (viii) of letter inviting tenders
will be received by OWNER in his office on date 6th Jan, 2016 upto 15.00 hrs.
Tenderer has to make sure that the documents are submitted before the schedule
time. No postal delays will be considered.
BIDDER’S SEAL & SIGNATURE
Page 3 of 130
A.G.M-FINANCE
NOCCinfra
3.
4.
Tender Notice No- NOCCinfra/Railway Siding (OHE)/2015-16/117, dated 11th
Dec, 2015 Cover one will contain details duly filled in, where applicable, as per
Item no. 1/i to 1/viii of the letter inviting tender excepting Item no. v which is Price
Bid Document.
Tenders have to be sent to:
A.G.M-FINANCE
NOCCI BALASORE INFRASTRUCTURE COMPANY
NOCCi BUSINESS PARK
3rd Floor of Trade Tower
At-Bampada, Post-Chanpur
Pin-756056, Near Birla Tyre,
Opposite of CIPET, Balasore, Odisha
Ph-06782-255966 / 967
a. Tenders for works shall remain valid for acceptance for a period of sixty days
from the date of opening of tenders.
b. The successful tenderer shall be required to execute an agreement with
OWNER for carrying out the work as per agreed conditions. The cost of stamp
paper for the agreement shall be borne by the bidder.
c. The contract operations and proceedings in connection with the works shall
at all times be conducted during the continuance of contract in accordance
with the laws, ordinance, rules and regulations for the time being in force in
the state and the Contractor shall further observe and comply with the bye
laws and regulations of the Government of India and State Government and
of Municipal and other authorities having jurisdiction over area involved in
connection with the works. The hospital and medical regulations in force for
the time being shall also be complied with by the Contractor/s and his
workmen.
d. The Contractor shall be responsible for the observance of the rules and
regulations under the Mines Act and Mineral Rules and Indian Metallurgical
Rules and Regulations of State Government concerned as amended from time
to time.
e. The Contractor shall at all times keep the OWNER / CONSULTANT
indemnified against all penalties that may be imposed by the Government of
India or State Government for infringement of any of the sections / clauses of
the Mines Act and Rules made there-under in respect of the quarries from
which the ballast and other material for these works is procured.
5.
TIME LINE & RATE ANALYSIS:
5.1 Time is the essence of the contract. In order to complete the work within the schedule
time, the tenderer is required to submit a detailed PROGRAMME CHART for various
activities. Any offer without “PROGRAMME CHART” is liable to be rejected.
5.2 The tenderer shall submit an analysis of rates if called upon to do so.
BIDDER’S SEAL & SIGNATURE
Page 4 of 130
A.G.M-FINANCE
NOCCinfra
6.
CONDITIONS OF CONTRACT AND SPECIFICATIONS.
6.1 Works will be carried out according to the General Conditions of Contract, Special
Conditions of Contract and Specifications applicable for these works.
6.2 In case of any variation between General Conditions of Contract and Special
Conditions of Contract, the Special Conditions of Contract will prevail. In case of
variation between Special Conditions of Contract and schedule of quantities and
rates, the later will prevail.
6.3 Bid Cost: All bids must be accompanied by bid cost in the acceptable form as
specified in the bidding document.
7.
Bid Security: All bids must be accompanied by bid security in the acceptable form as
specified in the bidding document.
8.
The tenderer should quote in figures as well as in words the amount tenderer by
them. The amount for each section should be worked out and the requisite totals
given. In case of discrepancy given in figure and words, the amount quoted in words
will prevail.
9.
The tenderer shall visit the site and acquaint him fully of the site conditions before
quoting the rates and he shall attach a certificate for having done so in the Performa
to certify that they have inspected the site and observed / collected all necessary data
to enable them offer this tender. No claim arising out of ignorance of site conditions
shall be entertained.
The acceptance of a tender will rest with the competent authority of the owner, who
does not bind himself to accept the lowest tender, and reserves to himself the
authority to reject any or all of the tenders received, without assigning any reason
thereof. All tenders in which any of the prescribed conditions are not fulfilled, or are
incomplete in any respect, are liable to be rejected.
Tenders containing any condition leading to unknown / vague / indefinite liabilities
are liable to be rejected. If at all any rebate is to be offered the tenderer shall first
quote his rates strictly on the terms and conditions stipulated in the tender
document and then show separately any rebate(s) offered specifying the conditions for
such rebate(s). Failure to follow this procedure will render the tender liable for
rejection. Tenderer desires to offer alternate proposals and design and commercial
offer he may do so in a separate letter but any conditions and writing on the present
tender should not be altered / mutilated. Canvassing in connection with tender is
strictly prohibited and the tenders submitted by the tenderer who resort to
canvassing are liable to be rejected.
10. On acceptance of the tender, the name of the accredited representative(s) of the
Contractor who is authorized to take instructions from the Engineer-in-charge shall
be communicated to the OWNER / CONSULTANT for approval together with their biodata. The person so approved shall not be replaced without prior approval by the
Engineer-in-charge.
11. All amounts shall be quoted only on the proper form of the tender and each page of
tender papers and schedule of rates shall be signed. Any deletion or over-writing in
schedule of rates shall be duly attested by authorized signatory.
11.1 While quoting the amount in the respective schedule the word “only” should be
written closely, following the amount and it should not be written in the next line.
BIDDER’S SEAL & SIGNATURE
Page 5 of 130
A.G.M-FINANCE
NOCCinfra
12. Sales Tax or any other taxes, levies and duties on materials and on works in respect
of this contract shall be payable by the Contractor. CONSULTANT / OWNER will not
entertain any claim whatsoever in this respect. This should be taken into account
while quoting the rates of Contractor.
13. The Contractor must submit a copy of the PAN Card along with the tender.
14. Under Section 194-C of the Income Tax Act, 1961 deduction of income tax in
advance will be made from sums payable for the work carried under this contract
as per extant rules from each of the Bills paid.
15. In the event of the tender being submitted by a firm, it must be signed by a person
holding power of attorney authorizing him to do so, power of attorney should be
enclosed to the tender duly notarized.
16. The tenderer whose tender is accepted shall be required to appear at the office of the
OWNER through a duly authorized representative to execute the contract agreement
within 7 days (seven days) on receipt of notice that the contract has been awarded to
him / them. Contract period will be reckoned from the date of LOI or Work Order.
Contractor should mobilize within 7 days on receipt of LOI or Work Order.
17. Should a tenderer find discrepancies, or omissions in the drawings or any of the
Tender Forms or should be in doubt as to their meaning, he should at once notify the
authority inviting tenders who may send a written intimation to all Tenderers. It
should be understood that every endeavor has been made to avoid any error which
can materially affect the basis of the tender and the successful tenderer shall take
upon himself and provide for the risk of any error which may subsequently be
discovered and shall make no subsequent claim on account thereof.
18. The OWNER / CONSULTANT will not be bound by any power of attorney granted by
the tenderer or by changes in the composition of the firm made subsequent to the
execution of the contract. It may, however, recognize such power of attorney and
changes after obtaining proper legal advice, the cost of which will be chargeable to the
Contractor.
19. The drawings for the works can be seeing at 3rd floor of Trade Centre of NOCCi
Business Park, Opposite CIPET, Near Birla Tyres, Bampada at any time during office
hours.
20. Tenders containing erasures and alterations of the tender documents are liable to be
rejected if they were not attested by the tenderer.
21. If the tenderer deliberately gives wrong information in his / their tender to create
circumstances for the acceptance of his / their tender, the OWNER / CONSULTANT
reserves the right to reject such tender at any stage.
22. If a tenderer expires after the submission of his tender or after the acceptance of his
tender and before commencement of work the OWNER / CONSULTANT shall deem
such tender as cancelled. If a partner of a firm expires after the submission of their
tender or after the acceptance of their tender and before commencement of work, the
OWNER / CONSULTANT shall deem such tender as cancelled, unless the firm retains
its character.
23. Should a tenderer or Contractor have a relative employed in managerial capacity in
OWNER / CONSULTANT or in the case of partnership firm or company incorporated
under the Indian Company Law, should a partner or a relative of the partner or a
BIDDER’S SEAL & SIGNATURE
Page 6 of 130
A.G.M-FINANCE
NOCCinfra
shareholder be employed in responsible capacity under the OWNER / CONSULTANT,
the authority inviting tenders shall be informed of the fact at the time of submission
of tenders, failing which the tender may be rejected. If such fact is suppressed at the
time of tendering and comes to light at any time after the acceptance of tender, the
contract is liable to be rescinded.
24. As per requirement, any item / quantity can be added / deleted from the scope of
work.
25. All tender received will remain valid for a period of 60days from the last date of
receipt of tenders and validity of tenders can also be extended of agreed by the
tenders & NOCCinfra.
BIDDER’S SEAL & SIGNATURE
Page 7 of 130
A.G.M-FINANCE
NOCCinfra
BID QUALIFICTION CRITERIA
INTRODUCTION & BRIEFES SCOPE OF WORK:
NOCCi Balasore Infrastructure Company, (NOCCinfra) proposes to provide new Railway
Siding taking off from New Block Station on Nilgiri Ballast Siding, Balasore under
Kharagpur Division of South Eastern Railway. (For Railway Infrastructure Development in
Railway Areas)
SCOPE OF THE WORK:
The scope of the work includes but not limited to the following.
1.
Panel Interlocking of central cabins of New Block Station on Nilgiri Ballast
Siding, Balasore under Kharagpur Division of South Eastern Railway.
2.
Provision of Panel Interlocking with MACL Signaling.
3.
Provision of Electrical Point Machines, Track Circuits etc. Provision of
LED lit Signals.
4.
Provision of Integrated Power Supply.
5.
Provision of Digital Axle Counter, (for Block proving). Provision of VHF Sets for
Communication.
6.
Provision of Glued Joint.
7.
Provision of Data Logger.
8.
Allied miscellaneous works.
9.
All other enabling/associated works required to complete the jobs as per
specification and schedule of quantities/rates
Completion Period for the entire scope of the works is Four (4) months.
The Site Address as below:
M/s. NOCCi BALASORE INFRASTRUCTURE COMPANY
Integrated Logistic Hub (ILH)
Near Indian Oil Corporation Ltd
Somnathpur, Industrial Estate
Balasore, Odisha, India
BIDDER’S SEAL & SIGNATURE
Page 8 of 130
A.G.M-FINANCE
NOCCinfra
ELIGIBILITY AND QUALIFICATION REQUIREMENTS:
To be eligible for award of contract, bidders shall provide evidence satisfaction to the
OWNER / CONSULTANT of their eligibility and of their capability and adequacy of
resources to carry out the contract effectively. All tenders submitted shall include
the following information along-with documentary evidence for being qualified.
a. Copies of documents defining the constitution or legal status, place of
registration and places of business of the company of firm or partnership.
b. Average Annual Financial Turnover, as per audited profit & Loss account, in
each of the last three financial ending March 2015 shall be at least 10 crores.
Documentary evidences (Xerox copies - attested) for turnover, Balance Sheet, IT
Return of last 3 years, VAT/ Sales tax registration should be furnished.
c. The bidder should have Labour License and PF, ESI registration, Xerox copy
should be furnished.
d. Tenderer should be in business as design, supply, erection, testing &
commissioning of Signaling & Telecommunication Indian Railway for a minimum
period of 3 years at the time of bid opening and should have completed Signaling
& Telecommunication work contract value not less than 4 (Four) Crore.
e. The Bidder should have successfully completed and commissioned the work of
Electronic/ Panel interlocking for at least 2 B-Class stations of Indian railways
with job scope of Supply, Indoor work, Outdoor work etc. The Bidder should be
working vendor with Indian Railways for executing of Signaling & Tele
Communication (S&T) work.
f. Credential certificates issued by Govt. Organizations/ Semi Govt. organizations
of Central or State Government; or by Public Sector Undertakings/ Autonomous
bodies of Central /State Government; or by Pvt / Public Ltd.
g. Copies of documents defining the constitution or legal status, place of
registration and places of business of the company of firm or partnership.
h. Information regarding any current litigation / arbitration in which the tenderer
is involved to be declared.
i.
To qualify for award of this contract the bidder must have got credential
Certificate in his own name. Credential of sub-contractors not accepted. In this
Tender JV is not admissible.
BIDDER’S SEAL & SIGNATURE
Page 9 of 130
A.G.M-FINANCE
NOCCinfra
PROJECT DESCRIPTION & SCOPE OF WORK
NOCCi Balasore Infrastructure Company invited sealed bids from reputed and eligible
bidders for Supply, Erection, Modification, Testing & Commissioning and preparation of
approved as built drawings of Signaling & Telecommunication work at new railway siding
taking off from New Block Station on Nilgiri Ballast Siding, Balasore under Kharagpur
Division of South Eastern Railways.
1.1 NOCCinfra reserves the right to split the scope of work and award the contract(s)
to one or more Bidder(s) on the basis of least evaluated cost to it. It also reserves
the right to split the scope of work into supply and services, as per its discretion.
1.2 All Capitalized words and expressions used in these Instructions to Bidder but
not defined herein shall have the meaning as ascribed to them in the GCC.
1.0 PROJECT DESCRIPTION/SITE INFORMATION
This tender envisages Supply, Erection, modification, Testing & Commissioning
of Signaling & telecommunication work at new railway siding taking off from New
Block Station on Nilgiri Ballast Siding, Balasore under Kharagpur Division of South
Eastern Railway along with other miscellaneous works.
SCOPE OF THE WORK:
The scope of the work includes but not limited to the following.
1. Panel Interlocking of end cabin of
New Block Station on Nilgiri Ballast Siding,
Balasore under Kharagpur Division of South Eastern Railway
2. Provision of Panel Interlocking with MACL Signaling.
3. Provision o f Electrical P o i n t Machines, T r a c k Circuits e t c . Provision o f LED lit
Signals.
4. Provision of Integrated Power Supply.
5. Provision of Digital Axle Counter, (for Block proving). Provision of VHF
Sets for communication.
6. Provision of Glued Joint.
7. Provision of Data Logger.
8. Other allied jobs.
A.
INDOOR & WORKS INVOLVE THE FOLLOWING
1. Design, Installation and commissioning
of Panel Interlocking
System with alteration from Railway.
2. Preparation & supply of all drawings/documents.
3. Preparation of Dog chart/ locking table of DL type.
4. Installation & commissioning of IPS.
5. Internal wiring in between Panel, Relay Racks, CTRs9, etc.
6. Post commissioning Maintenance.
7. Installation & commissioning of Data Logger.
8. Any other works related to commissioning of the Signaling System.
9. Installation of DL type leaver frame with all accessories.
10. Locking alteration of leaver frame.
11. Other allied jobs.
BIDDER’S SEAL & SIGNATURE
Page 10 of 130
A.G.M-FINANCE
NOCCinfra
B.
INDOOR & WORKS INVOLVE THE FOLLOWING
Trenching, laying and termination of Signal/ Telecom cables.
Installation & Commissioning of Signals with LED aspects & Track Circuits.
Charging & installation of batteries for IPS. Track Circuits etc.
Fixing of Steel Apparatus cases & wiring as per approved Circuit diagram.
Provision of Earth Electrodes.
Wiring of Relay Racks in Relay Room /Siding Panel Cabin/Locations.
Installation & commissioning of Electric Motor Points.
Installation & commissioning of Single Section Digital Axle Counters for lock.
Proving with Balaso re Railway Stations.
Provision of Warning System for L/C Gate.
Outdoor works required for commissioning o f the System & Any other items not
listed above but referred to in the Tender Document.
12. New Relay Room.
13. Alteration in SSI work of Balasore
14. Other allied jobs.
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
The Correspondence Address is as below:
The Site Address as below:
M/s. NOCCi BALASORE INFRASTRUCTURE COMPANY
Integrated Logistic Hub (ILH)
Near Indian Oil Corporation Ltd
Somnathpur, Industrial Estate
Balasore, Odisha, India
The prospective bidders are requested to thoroughly read and comprehend the various
sections of this tender document and visit the sites before quoting for the tender.
Full time supervisor to be provided at work spot and job shall be carried out only after
complying with all safety & security norms. A full Time Qualified Engineer who is
technically competent and having sufficient Site experience to be posted for supervising
and carrying out all the Jobs as per the Scope.
The contractor has to take necessary precaution for the safe transportation of the
material. Before quoting for the said job the contractor is required to visit the site and
make himself acquainted with the scope of the job and quote accordingly.
The tenderers are required to go through the tender document thoroughly and
carefully and offer their most competitive rates for the job.
The Correspondence Address is as below:
NOCCi BALASORE INFRASTRUCTURE COMPANY
NOCCi BUSINESS PARK
3rd Floor of Trade Tower
At-Bampada, Post-Chanpur, Balasore.
Pin-756056, Near Birla Tyre,
Opposite of CIPET.
Ph-06782-255966 / 967
The contractor shall arrange all equipment, tools, power and water required for
execution, testing & completion of the job.
BIDDER’S SEAL & SIGNATURE
Page 11 of 130
A.G.M-FINANCE
NOCCinfra
All safety precautions to be taken for carrying out the above jobs as per
requirement and safe working practices and as per the directions of Engineer in
charge at no extra cost to NOCCinfra.
NOTES:
1. Any cables / piping encountered during excavation and other any
construction activities as specified above, the same shall be separated using
Sand Bed and Tiles or to be re-routed, if necessary as directed by the Engineer
in charge at no extra cost to NOCCinfra.
2. The contractor shall prepare a detailed date wise schedule of work/Bar Chart
of the activities as per PO and submit to Engineer-In-Charge for
approval before commencement of activities.
3. The Contractor has to give progress report with photographs every fortnight in
hard copy as well as soft copy.
Scope also includes shifting of any scrap materials lying at the constructional area
to the designated place inside the depot premises at no extra cost. Job also includes
site clearing from any debris, vegetation, bushes and trees, etc and make the site
free for construction at no extra cost.
The contractor shall arrange for all materials, equipment, tools, power and water
required for execution & completion of the job.
The bidders are required to go through the tender document thoroughly and
carefully and offer their most competitive rates for the job. They are also advised to
visit the site before offering their quotation.
We confirm that our quotation has been prepared after thorough study of tender
documents, site conditions, specifications, drawings, works contract, general terms and
conditions of contract agreement, General terms and conditions, etc. and agree to all
conditions in toot.
2.0
SITE VISIT
2.1
The bidder is advised to visit and examine the site of works at all locations and
their surrounding and obtain for himself on his own responsibility all
information that may be necessary for preparing of the bid and entering into the
contract. The cost of visiting the sites shall be at bidder’s own expenses. No extra
claim on account of non-familiarity of site conditions shall be entertained during
execution of works.
2.2
The bidder and any of his personnel or agents will be granted permission by the
Owner to enter upon his premises and lands for the purpose of such inspection,
but only upon the explicit condition that the bidder, his personnel or agents will
release and indemnify the Owner and his personnel and agents from and against
all liability in respect thereof and will be responsible for personnel injury
(whether fatal or otherwise), loss of or damage and expenses incurred as a
result hereof.
BIDDER’S SEAL & SIGNATURE
Page 12 of 130
A.G.M-FINANCE
NOCCinfra
TIME SCHEDULE
DESCRIPTION OF WORK:
Signaling & Telecommunication of Railway Siding at New Railway Siding taking off from
New Block Station on Nilgiri Ballast Siding, Balasore under Kharagpur Division of South
Eastern Railway.
LOCATION: M/s. NOCCi BALASORE INFRASTRUCTURE COMPANY
Integrated Logistic Hub (ILH)
Near Indian Oil Corporation Ltd
Somnathpur, Industrial Estate
Balasore, Odisha, India
COMPLETION PERIOD: 4 (Four) Months from the date of issue of LOI / Work Order.
NOTE:
1)
Time for completion shall be reckoned from the date of issue of Fax/ Letter of
Intent/Work Order by NOCCinfra.
2)
Time for completion shall include the time required for mobilization, preparation
of drawings, submission, Liaoning /approval from railways, QAP/ITP,
execution
and all other enabled/associated works, demobilization, carrying out the works as
per requirements of Contract Document and instructions of NOCCinfra Engineerin-Charge.
BIDDER’S SEAL & SIGNATURE
Page 13 of 130
A.G.M-FINANCE
NOCCinfra
SCHEDULE OF QUANTITES
IMPORTANT NOTES:
1.
Scope of Work, Supply of Material, Technical Specifications, QAP, ITP (Inspection
Test Plan) Requirement of relevant Codes, SCC (Special Conditions to Contract),
GTC (General Terms & Conditions), Schedule of Rates, Statutory Rules & Guide
Lines as applicable, Minimum Equipment / Machineries Deployment and any other
requirement to complete the Job / Work as per this Tender Document shall be
deemed to be included in SOR item.
2.
For all Items preparation of Construction Drawing as per relevant code & Tech.
Specifications of this Tender, Quality Control, Inspection & Job procedure, Project
Scheduling & Monitoring Document as per SCC, Submission of all these
documents to NOCCinfra for approval deemed to be included in quoted rates.
3.
The Water and Electrical power required for constructional activity shall be in
the Scope of Contractor & shall be deemed to be included in SOR Items.
4.
All the Testing Charges for Items as per tender documents elicited in various
sections shall be borne by contractor and deemed to be included in quoted rates.
5.
All Tools & Tackles, Equipments, and items brought to site by contractor will be
permitted to be taken out only after completion of work & fulfillment of
necessary formalities.
6.
Rate for all items to include deployment of qualified Quality Control & Safety
Engineer at site from the date of LOI till completion of job as per WO. QC Engineer
& Safety Engineer deployed as per above will report to NOCCinfra site-in-charge
on daily basis for complying all the QC/safety jobs mentioned in the WO.
7.
The Drawings/QAP/ITP /Job procedures attached along with tender document
are for guidance/ tender purpose only. The successful bidder to submit the above
for NOCCinfra approval as per the job requirements during the execution of the job.
8.
The job includes execution of S& T works for newly constructed railway tracks
along the existing railway line. The job includes strict adherence to all requirements
of Indian railways, including liasoning, approval, obtainance, inspection etc and
other relevant statutory compliances during execution of the job. The quoted rate
is deemed to include above and no separate payment shall be made on this
account.
9.
The entire job will be supervised by railway approved consultant and details of
which shall be furnished to successful bidder. Preparation of drawings, stage
wise inspection, liasoning and approval from railways/ consultant shall also be
included in all items and no separate payment shall be made.
10.
The party shall deploy qualified personnel for execution of the job.
11. The bidder shall provide complete details of all men, material, equipment,
deployment schedule, schedule of completion of job including micro scheduling to
be provided otherwise bid may be liable for rejection.
12. Erection of any item of equipment, whether supplied by the purchaser or
contractor will include testing, commissioning and bringing the equipment into
operation to the entire satisfaction of the purchaser.
BIDDER’S SEAL & SIGNATURE
Page 14 of 130
A.G.M-FINANCE
NOCCinfra
13. Soon after the approval of drawing, the contractor shall assess the quantity of
each material required for the work and submit his assessment which will be
verified and approved by purchaser.
14.
Such materials as have been issued to the contractor but left behind with him
unutilized, shall be determined after reconciliation with the actual quantum issued
vis-a –vis utilized for execution of the work and returned to the purchaser at
no extra cost in the same condition of the material as were issued to the
contractor. If the contractor fails to return such materials, the cost of such
materials will be recovered at twice the cost.
BIDDER’S SEAL & SIGNATURE
Page 15 of 130
A.G.M-FINANCE
NOCCinfra
GENERAL CONDITIONS OF CONTRACT
1. DEFINITIONS
The following expressions shall have the meanings specified against the respective item,
wherever used in this document, unless repugnant to the context and meaning thereof:
OWNER means NOCCI BALASORE INFRASTRUCTURE COMPANY (NOCCinfra) acting
through its Authorized Officers authorized to act on his behalf to enter into contracts for
works.
CONSULTANT means the agency appointed by the OWNER for SUPERVISION and COORDINATION of the activities connected with the execution of the PROJECT.
CONTRACT means this agreement including the schedules, Annexure, General Conditions
of Contract, Special Conditions of Contract, if any, the drawings, specifications, and tender
forms if any, and PRICE BID.
CONTRACTOR means the person, the firm, or the Partner who has entered into contract
with the OWNER and shall include their executor, administrators, authorized agencies and
successors.
WORKS shall mean the works to be executed in accordance with the contract.
DRAWINGS means the maps, drawings, plans, and tracings annexed to the contract or
referred to in the specifications and such other drawings as may, from time to time, be
furnished to the CONTRACTOR.
LETTER OF INTENT means intimation by a letter, that the tender has been accepted in
accordance with the provisions contained in the letter.
CONTRACT PRICE means the aggregate sum payable by OWNER to CONTRACTOR for
WORK performed as per CONTRACT but excluding value of EQUIPMENT, services and any
material provided by OWNER free of cost to CONTRACTOR.
ENGINEER shall mean the Engineer-in-charge of the work and/or the person deputed by
the Consultants / Owner for close co-ordination and supervision / Quantity / Quality
control of all works executed under the contract hereof.
CONTRACTOR’S REPRESENTATIVE shall mean the person deputed by the contractor to
execute the work as per the contract and shall be the person to co-ordinate the delivery of
the material at the required site and at the required time and deployment of competent
labor force for the physical execution of the work.
SPECIFICATIONS shall mean the relevant RDSO/CORE specifications for materials and
works or as amplified, added or superseded by special specifications if any mentioned in
tender documents.
CONSTRUCTION PLANT shall mean all appliances or things or whatsoever nature
required for the execution, completion or maintenance of the work or temporary work (as
hereinafter defined) but does not include materials or other things intended to form or
forming part of the permanent work.
TEMPORARY WORKS shall mean all temporary works of every kind required for the
execution, completion or maintenance of works.
BIDDER’S SEAL & SIGNATURE
Page 16 of 130
A.G.M-FINANCE
NOCCinfra
SITE shall mean the land and other places on, under, in or through which the works are
carried out and any other lands or places provided by the Owner for the purposes of the
contract.
PERIOD OF MAINTENANCE shall mean the specified period of maintenance from the date
of completion of the works as certified by the Engineer.
EARNEST MONEY DEPOSIT: A refundable earnest money deposit, as indicated above,
through demand draft drawn in favor of NOCCi BALASORE INFRASTRUCTURE
COMPANY, payable at Balasore, Odisha will have to accompany the Bid. The EMD of
unsuccessful bidders shall be returned after award of contract. EMD of the successful
bidder will be released on submission of the PBG.
CLARIFICATIONS / NEGOTIATIONS: Tenderer (s) will have to attend to the office of the
Corporation for negotiations /clarifications required in respect of their quotations without
any commitment on the part of NOCCI BALASORE INFRASTRUCTURE COMPANY.
ACCEPTANCE OF WORK ORDER BY TENDERER:
After communication of the corporation’s acceptance of the contractor’s tender, if the
contractor fails to return the duplicate copy of the work order and agreement duly
signed in token of their acceptance within 7 days.
EXECUTION OF AGREEMENT:
On acceptance of the offer, the successful contractor will have to execute an agreement
with NOCCI BALASORE INFRASTRUCTURE COMPANY covering all aspects of the
contract in standard form, immediately before commencement of the works. The intending
Tenderer(s) should acquaint themselves with the provisions of standard agreement prior to
quoting.
POWER OF ATTORNEY:
When the party signing the agreement is not the sole proprietor, the necessary power of
attorney authorizing the person who is acting on behalf of the firm should be produced
before execution of the agreement.
EXECUTION OF WORKS:
The contractor shall submit on receipt of the work order and before starting the work,
shall submit a detailed construction programme (PERT/ MS PROJECT) chart adhering to
the completion time quoted in the work order. The program thus submitted shall form a
part of the contract and shall be binding on the contractor. However, NOCCI BALASORE
INFRASTRUCTURE COMPANY reserves the right to alter the programme if necessary. No
claim whatsoever of the contractor on this account will be entertained.
NOCCI BALASORE INFRASTRUCTURE COMPANY's right:
NOCCI BALASORE INFRASTRUCTURE COMPANY reserves the right to increase /
decrease the tendered quantity of any or every item and delete any item at any stage of
work at the accepted rates. The contractor’s claim for compensation or damages on
account of these shall not be entertained. However, if it appears that the quantity
increases and decreases by 25% or more, the rates are negotiable across the table.
BIDDER’S SEAL & SIGNATURE
Page 17 of 130
A.G.M-FINANCE
NOCCinfra
REVISIONS:
NOCCI BALASORE INFRASTRUCTURE COMPANY reserves the right to revise the
specifications, drawings and designs at any stage of work. Such deviations shall be
adjusted at the rates already contained in the work order or at the prevailing market rates,
if the rates are not available in the work order, when there is no abnormal change in
drawings.
MATERIALS / EQUIPMENTS:
All the materials/equipments/fittings/components, required for the work are to be
procured by the Contractor from the latest approved manufacturers of RDSO/CORE or
certified by RITES. The consignee will further check the material after receipt at Railway’s
/ Contractor’s depot and issues material receipt certificate (MRC). No material shall be
erected at site without inspection by consignee and without issue of MRC. MRC is must for
all items irrespective of whether ONA payment is allowed/claimed or not.
SAFETY AND SECURITY OF MATERIAL:
The responsibility of the materials and equipment brought or installed by the
contractors (till they are handed over to Eastern Railway) will remain with the
contractor and any claim of whatsoever nature due to any loss or otherwise will not be
entertained. The contractor will have to handover completed job in its entirety as per work
order.
METHOD OF WORK:
The contractor shall carry out works as per directions in the work order. The contractor
shall not undertake on his own any change in the specifications mentioned in the tender
documents and work order. In case of doubt, the contractor will refer the matter in
writing and the contractor shall carry out the item of work as per clarifications given, In
case of delay in getting such clarifications, the contractor will not be entitled for any
claim on any account of idling of their labour, machinery etc. In case the contractor
carries out the work as per his own specifications not acceptable to the corporation in
such cases, the same will be required to be redone as per the specifications given by
NOCCI BALASORE INFRASTRUCTURE COMPANY, at the contractor’s risk and cost. In
case of failure to re-do the work by the contractor, NOCCI BALASORE
INFRASTRUCTURE COMPANY, reserves the right to get it done through any other agency
entirely at the risk and cost of the contractor.
MEASUREMENTS:
All works shall be measured as per Railway's Norms and final payment shall be as per the
measured quantities and not as per work order quantities and the measurement to be
certified by consultant, contractor and Site In-Charge of NOCCinfra jointly on proper
Measurement Book (M.B).
PROGRESS REPORT OF WORK:
Contractor shall submit progress report of the work to the consultant and NOCCinfra on
daily basis. Contractor has to be submitted Monthly Plan / Work Schedule to execute the
work and accompanied with monthly progress report for review.
BIDDER’S SEAL & SIGNATURE
Page 18 of 130
A.G.M-FINANCE
NOCCinfra
MAINTENANCE OF INSTRUCTION BOOK:
The contractor at site will maintain an instruction site order book serially numbered
having one original and two copies of each page so that our visiting officers/ site
engineers can issue instructions regarding progress and quality of work to the
contractor. The contractor or the contractor’s representative will sign in the instruction
book in token of receipt of an understanding of such instruction. The original copy of the
instruction page shall be sent to the concerned “Consultant/Engineer” and second copy
will be retained by the issuing person and the third copy shall be retained by the
contractor.
CANCELLATION OF ORDER:
If the performance of the successful contractor is found to be unsatisfactory, NOCCI
BALASORE INFRASTRUCTURE COMPANY reserves the right to cancel in part or whole of
the contract and gets the work executed through alternate means at the entire risk and
cost of the contractor on whom the order was first placed. In such cases, the contractor
should make good all losses that NOCCI BALASORE INFRASTRUCTURE COMPANY may
suffer due to this.
ABANDONMENT OF WORK:
In case the contractor abandons the work in spite of notices, NOCCI BALASORE
INFRASTRUCTURE COMPANY shall issue the final notice to the contractor to remain
present at site for taking final measurements and in case the contractor does not report at
site on due date and time as per NOCCI BALASORE INFRASTRUCTURE COMPANY’S
notice, the corporation’s representative will
take unilateral measurements of
abandoned work which will be binding on the contractor and the balance work will be
carried out by any agency appointed by the corporation at the entire risk and cost of the
contractor.
GUARANTEE/DEFECTS LIABILITY PERIOD:
The Contractor shall be guarantee satisfactory working of the installation erected by
him, for a period of 18 months from the date of commercial operation or from the
date of provisional acceptance by Railways.
DAMAGE TO EXISTING FACILITIES:
Any damage caused to existing facilities while carrying out the work shall be made good by
the contractor to entire satisfaction at his own risk and cost. During execution of work if
it is found necessary, to dismantle any facilities to facilitate the movement of materials
and equipment, the same shall be made good at the contractor’s own cost after
completion of work.
STATUTORY RULES AND REGULATIONS:
The contractor will abide by the rules, regulations, bye laws and statutes etc. imposed by
the government / semi government and other local authorities for execution of this job.
EMPLOYMENT OF APPRENTICES:
The contractor shall during the currency of contract when called upon by the
“Consultant/Engineer”, engage and also ensure engagement by sub-contractors and
others employed by the contactor in connection with the works, such number of
apprentices in the categories mentioned in the act and for such periods as may be
required by the “Consultant/Engineer”. The contractor shall train them as required
BIDDER’S SEAL & SIGNATURE
Page 19 of 130
A.G.M-FINANCE
NOCCinfra
under apprentices’ act 1961 and the rules made there-under and shall be responsible for
all obligations of the employer under the said act including the liability to make payment
to apprentices, as required under the said act.
OMISSIONS / DELETIONS:
Any omission / deletion noticed in the terms without the prior approval of the
corporation, shall result in rejection of the contractor’s claim for payment of these
items.
COMPLETION OF CONTRACT:
Acceptance of a facility(s) by the corporation does not constitute final completion of the
contract. The contract shall be deemed to be executed in full and final measurement
certified only when the contractor has fully discharged all obligations in terms of all
contract documents.
2.
SECURITY DEPOSIT:
a) The successful Contractor, within 15 days from placement of Order / LOI will be
required to deposit a Performance Security equivalent to 5% of the finalized
Work Order Value.
b)
The Performance Security should be in the form of a Demand Draft from a
Nationalized Bank, favoring NOCCinfra and payable at Balasore.
c) The contract Performance Bank Guarantee shall remain valid for a period of 60
days over & above the completion date of all works as certified by the consultant
/ engineer-in-charge.
d) The said Bank Guarantee shall be prepared in the prescribed Performa as
attached with this bidding document. The Bank Guarantee furnished shall be
executed on Non-judicial stamp Paper worth of Rs. 100/- (Rupees Hundred
only), purchased in the name of the issuing Bank, as per the prevalent rules.
e) No interest shall be allowed by the NOCCinfra on the above Performance
Security deposit submitted by the Contractor.
f)
The Contractor should perform the duties as described in the scope, in this
document, failing which Performance Security deposited by the Contractor will
be forfeited by NOCCinfra.
3.
SCOPE OF WORK
3.1
CONTRACTOR’S UNDERSTANDING: It is understood and agreed that the
contractor has, by careful examination, satisfied himself regarding condition of the
ground, the character, quality and quantity of materials to be encountered, the
character, quality and of equipment and facilities need preliminary and during the
execution of the work, the general and local conditions, the labor conditions
prevailing therein and all other matters which can in any way affect the works
under the contract.
3.2
COMMENCEMENT OF WORK: The Contractor shall commence the works within
seven days after the receipt by him of an order in writing to this effect from the
Owner/Consultant and shall proceed with the same with due expedition and
without delay.
BIDDER’S SEAL & SIGNATURE
Page 20 of 130
A.G.M-FINANCE
NOCCinfra
3.3
Contractor shall carry out work as described in detail in Schedule of work, all in
conformity with the drawings, specifications, codes, standards and instructions
provided by Owner or their Consultant from time to time or specified herein as
applicable to the work.
3.3.1 The quantities indicated in the relevant Schedule given herein are only approximate
and Contractor shall carry out all items of work in required quantities as per
drawings and specifications provided by Owner.
1.3.2 Work shall be executed with all due diligence, in the manner specified herein to the
satisfaction of within the time schedule agreed to herein for the respective item.
3.3.3 Contractor shall post at Site appropriate number of qualified and competent
supervisory staff for day-to-day supervision of work.
3.3.4 Workmen engaged by Contractor shall be experienced and competent for the
respective item of works.
3.3.5 Contractor further undertakes to co-operate with Owner as well as other
contractors appointed by Owner and operating at site and agrees to freely exchange
technical information as may be reasonably asked for by Owner.
3.3.6 The responsibility of the Contractor is to hand over the site to the concerned Railway
authority after commissioning of the work.
3.3.7 All inspection of testing equipment will be arranged by the agency.
4.
TIME SCHEDULE
4.1
Contractor shall carry out work in a phased manner and hand over the respective
items after carrying out such tests as prescribed herein, within the programme
given. The responsibilities of Contractor in respect of Programme will be effective
from the date on which Letter of Intent has been issued by Owner.
4.1.1 Time is the essence of Contract and Contractor should understand the necessity of
achieving the stage wise targets in the specified sequence as set forth and hereby
undertakes to mobilize the required resources and exercise due diligence to adhere
to them. During the implementation of Contract, Owner / Consultant may issue to
Contractor, where applicable, instructions / requirements in respect of priorities
and sequence in the overall interest of the Project and Contractor shall fully cooperate with Owner in following these instructions and submit to Owner detailed
working programmes for achievement of these, which shall be reviewed and
approved by Engineer-In-Charge.
4.1.2 Contractor should recognize possibility of inclement weather conditions at site and
agree to take all reasonable precautions and measures necessary to permit
execution of work as per agreed programme despite such adverse conditions and
Contractor shall not be entitled for any additional payment whatsoever, on this
account.
4.1.3 In the event of any delay in completion of work or part thereof as per agreed
schedule, due to reasons other than those specifically exempted Owner may deduct
from the considerations due to Contractor under Contract or otherwise recover from
Contractor in lieu of liquidated damages, a sum calculated at half of one per cent
(½%) of the total contract price per week of delay for the portion of work agreed to
be carried out by Contractor subject
BIDDER’S SEAL & SIGNATURE
Page 21 of 130
A.G.M-FINANCE
NOCCinfra
to a maximum of five (10%) percent of total contract price. It is understood and
agreed that such amounts due represent the losses suffered, by Owner because of
delay in work by Contractor and it shall not be necessary for Owner to establish the
actual amount of losses suffered, irrespective of whether the work or part thereof
could be put to any use by Owner had it been completed by Contractor as per
schedule.
4.2
If in the opinion of the Owner/Consultant, the progress of work has at any time
been delayed by any act or neglect of the Owner or by any other Contractor
employed by the Owner or by strikes, lock-outs, fire, unusual delay in
transportation, exceptionally inclement weather, unavoidable causalities or any
causes beyond the Contractor’s control and arising otherwise than through the
Contractor’s own default, or by delay authorized by the Owner/Consultant, or by
any cause which the Owner shall decide as justifying the delay then the time of
completion of the works may be extended for such reasonable time as the
Owner/Consultant may decide.
4.3
LIQUIDATED DAMAGES FOR DELAY IN SUPPLIES/ EXECUTION
The liquidated damage clause should be enforced wherever the work has been
delayed beyond the date of completion mentioned in invitation to bid. However,
when the delay is due to force majeure conditions or due to any genuine reasons
beyond the control of the supplier/ contractor, waiver of penalty can be considered.
No waiver should be granted without justification.
a.
b.
c.
d.
e.
4.4
The request for waiver of LD should be made by the contractor, in writing with
reasons/ justifications, within 3 months from the date of completion of delivery/
erection job. Waiving of liquidated damages should be approved by the competent
authority as per the delegation of powers and circulars issued by the Head office
from time to time, after the indenter justifying the reasons for waiver convincingly to
the competent authority.
Whenever proposals for approval for refund of liquidated damages already deducted
are put up, the amount that will be actually refunded should be brought out
specifically with detailed justification.
To arrive at the LD charges, to be deducted for delayed completion, the date of
actual completion duly certified by Architect / Engineer should be considered.
Waiver of the liquidated damages should not be agreed, unless the delay is proved
to be beyond the control of the contractor. The case may be put up with backup
evidences in support of the delay, justifying the reasons beyond any one’s doubt.
Amendment should be issued after taking necessary approval.
Normally, the liquidated damages @ 0.5% of the order/ contract value will be
deducted for each completed week of delay. No deduction for LD is to be made for
delays less than a week. While calculating the period of delay only completed weeks
shall be taken in to account and incomplete week, if any shall be ignored. The week
shall comprise of 7 days including Sundays and holidays, if any. The total amount
so deducted shall not exceed 10% of the order / contract value.
LIQUIDATED DAMAGES AND RECOVERY OF ADVANCE:
The accepted completion schedule shall be governed by the Liquidated Damages
and Recovery of Advance clause. If contractors to complete the work within the time
period (s) specified in the Work order, the NOCCinfra shall, without prejudice to its
other remedies under. This work order, deduct from the ordered price, as liquidated
damages, a sum equivalent to (0.5% of the full work order value for each completed
BIDDER’S SEAL & SIGNATURE
Page 22 of 130
A.G.M-FINANCE
NOCCinfra
week of delay OR 0.5% of the value of the order contract value only for each
completed week of delay). The total amount so deducted shall not exceed 10% of the
work order value. Once the maximum is reached, the NOCCinfra may consider
cancellation/termination of work order and forfeiture of the deposit/performance
guarantee. In case the contractor fails to completed the work within the stipulated
delivery period plus 20% of the same as grace period, subject to a minimum of 15
days, the work order shall stand cancelled and the supplier shall refund the
advance, if paid, along with interest at the rate of 18% per annum compounded
quarterly on the last day of March, June, September and December, on the advance
paid, for the entire period for which the advance was retained by the supplier. This
will be without prejudice to other remedies like risk work etc. Any incremental
taxes, duties and levies on account of the delay in the execution of the work order
by you will be to your account.
5.
TECHNICAL DOCUMENTS
The Technical Documents enclosed hereof are, unless otherwise specified,
preliminary and typical and are intended only to generally represent the nature of
work to be executed. Owner will be issuing to Contractor, from time to time, final
and more detailed drawings.
5.1
Documents once issued by Owner for constructions may subsequently be revised,
without prejudice and as soon as the revised documents are received, Contractor
shall withdraw the previous document from the field and return to Owner for
cancellation.
5.2
Contractor shall carry out the work in strict conformity with the drawings,
specifications and such other documents and instructions provided by Owner /
Consultants and standards and codes of practice prescribed by Owner /
Consultants for the respective items of work. Where Owner’s / Consultants own
standards are referred to, the same will be provided by Owner / Consultants; but
where other published standards codes of practice are prescribed, Contractor shall
make own arrangements to be equipped with copies of such documents for use in
execution of work and failure to do so shall be deemed negligence in performance of
Contract. In the event of any conflict or contradiction between any two or more of
the documents provided by Owner / Consultants or between such documents and
the prescribed codes / standards, Contractor shall bring the same to the attention
of Engineer-In-Charge as soon as it is noticed by Contractor; and the decision of the
Owner/Consultant shall be followed as to which standard specification or code of
practice is to be followed.
6.
OWNER’S REPRESENTATIVE
6.1
All instructions and orders to Contractor shall be issued by Engineer-In-Charge
nominated by owner/consultant and communicated in writing to Contractor’s
Representative, if available at site or to Contractor. Work shall be executed under
direction of and to the satisfaction of the Engineer-In-Charge, all in accordance with
the provisions herein. Contractor shall proceed with work in accordance with the
decisions, orders and / or instructions issued by the Engineer-In-Charge provided
that;
If the Contractor shall without undue delay after being given a decision, order or
instruction otherwise than in writing, require it to be confirmed in writing, such
decision, order or instruction shall not be effective until written confirmation thereof
has been received by Contractor, and the contractor shall commence the work
within 10 days after the receipt by him, of an order in writing to this effect from the
Owner and shall proceed with the same with due expedition and without delay.
BIDDER’S SEAL & SIGNATURE
Page 23 of 130
A.G.M-FINANCE
NOCCinfra
6.2
Failure of the owner/consultant’s representative to disapprove any work or
materials shall not prejudice the power of the competent authority of the
owner/consultant thereafter to disapprove such work or materials and to order the
removal or breaking up thereof.
7.
COMMENCEMENT OF WORKS
The contractor shall commence the work within 7 days after the receipt by him of
an order in writing to this effect from the Owner and shall proceed with the same
with due expedition and without delay.
8.
COMPLIANCE TO OWNER/CONSULTANT’s INSTRUCTIONS
The site in-charge of the Consultant/Owner’s Engineer shall direct the order in
which the several parts of the works shall be executed and the Contractor shall
complete without delay all instructions given by him from time to time but the
Contractor shall not be relieved thereby from responsibility for the due performance
of the works in all respects.
9.
ALTERATIONS TO BE AUTHORISED
The owner/consultant shall have power (i) to make alterations in, deletions from,
additions to, or substitutions for the original specifications, drawings, designs and
instructions that may appear to him to be necessary or admissible during the
progress of the work and (ii) to omit a part of the work in case of non-availability of
a portion of the site, or for any other reasons, and the Contractor shall be bound to
carry out the works in accordance with any instructions given to him in writing
signed by the owner/consultant and such alterations, omissions, additions or
substitutions shall form part of the Contract as if originally provided therein and
any alteration, additional or substituted work which the Contractor may be directed
to do in the manner above specified as part of the works, shall be carried out by the
Contractor on the same conditions in all respects including rates on which he
agreed to do the main work.
10.
WORKING HOURS
Normal working hours are during daylight. Contractor shall take specific permission
to carry out work between sunset and sunrise.
11.
EXTRA WORKS
Should works over and above those included in the contract require to be executed
at the site, the Contractor shall have no right to be entrusted with the execution of
such works which may be carried out by another Contractor / Contractors or by
other means at the option of the OWNER.
12.
SEPARATE CONTRACTS IN CONNECTION WITH WORKS
The owner shall have the right to let out other contracts in connection with the
works. The Contractor shall accord other Contractors reasonable opportunity for
the storage of their materials and the execution of their work and shall properly
connect and co-ordinate his work with another Contractor. The Contractor shall
inspect and promptly report to the owner/consultant, defects in such work that
render it unsuitable for such proper execution and results. The Contractor’s failure
to inspect and report shall constitute an acceptance of the other Contractor’s work
BIDDER’S SEAL & SIGNATURE
Page 24 of 130
A.G.M-FINANCE
NOCCinfra
as fit and proper for execution of his work, except as to defects which may develop
in the other Contractor’s work after the execution of his work.
13.
ADHERENCE TO SPECIFICATIONS AND DRAWINGS
The whole of the works shall be executed in perfect conformity with the
specifications and drawings of the contract. If the Contractor perform any work in a
manner contrary to the specification or drawings or any of them and without such
reference to the owner/consultant, he shall bear all the costs arising or ensuing
there from and shall be responsible for any loss to the owner.
14.
COMPLIANCE WITH CONTRACTOR’S REQUEST FOR DETAILS
The Site Representative shall furnish with reasonable promptness, after receipt by
him of the Contractor’s request for the same, additional instructions, by means of
drawings or otherwise, necessary for the proper execution of the works or any part
thereof.
15.
MEANING AND INTENT OF SPECIFICATION AND DRAWING
If any ambiguity arises to the meaning and intent of any portion of the
specifications and drawings or as to execution or quality of any work or material or
as to the measurements of the works, the decision of the Engineer thereon shall be
final subject to appeal (within 7 days of such decision being intimated to the
Contractor) to the Owner who shall have the power to correct any errors, omissions
or discrepancies in the specifications, drawings, classification of work or materials
and whose decision in the matter in dispute or doubt shall be final and conclusive.
16.
MATERIALS
16.1 In respect of free supply items, the materials will be issued to Contractor from store
at site against appropriate requisition, countersigned by the Consultant and
transport from store to place of work will have to be done by Contractor. Contractor
shall hold such material in safe custody and shall maintain proper accounts of its
use. Such accounts shall be available for inspection by Owner if required. No item
of material shall be removed from site without approval of Owner.
16.2 Materials will be issued only during normal working hours of the site store.
16.3 Any excess materials drawn by Contractor, but not used in work shall be returned
to Owner’s store at site and receipt obtained; and credit will be given for the
quantity so returned.
16.4 Owner gives no assurance that material to be issued by Owner will be readily
available as and when indented by Contractor. Contractor is advised to give a
monthly programme of his requirement for each calendar month at least 30 days
prior to the first of the calendar month. This programme should indicate the
expected requirement in sizes, and quantities and dates on which required. If
Contractor fails to take such advance action, he shall not be entitled for any claim
or extension of time schedule consequent to delay by Owner in issue of materials,
even if such delay has affected work.
17.
SUPPLIES BY CONTRACTOR
17.1 Contractor shall procure in time at his own cost and use in work all material
required in carrying out work. Material so procured and brought to site shall be
BIDDER’S SEAL & SIGNATURE
Page 25 of 130
A.G.M-FINANCE
NOCCinfra
stored by Contractor at place allotted for the purpose by Owner and security
arrangements shall be made by Contractor.
17.2 Contractor shall provide such materials in sufficient quantities and in time so that
work can proceed uninterrupted and shall take advance action in procurement of
items, which are in scarce supply or availability of which are seasonal.
17.3 Materials provided by Contractor shall be of specification agreed to herein or as
approved by Consultant. Materials brought to site shall be used in work only after
approval by Engineer-In-Charge and if so required by him, Contractor shall provide
test-certificates and/or samples for verifying the quality, as per the relevant
technical requirement. The additional testing if required / carried out will be at the
cost of contractor.
17.4 SUB-CONTRACT
Sub-Contract is allowed for this work. In the event of awarding sub-contract to any
party/parties
by
you
for
the
manufacture/supply/erection
of
any
parts/spares/components that will be used in ordered equipment, you must
furnish us details about your sub-contract also prima facie responsibility rests on
you regarding quality, quantity, guarantee/warranty of the materials supplied by
the subcontractors.
17.5 REMOVAL OF IMPROPER WORK AND MATERIALS
The Consultant shall be entitled to order the following from time to time:a) The removal from the site within the time specified in the order of any materials
which in his opinion are not in accordance with the specifications or drawings ;
b) The substitution of proper and suitable materials ;
c) The removal and proper re-execution (notwithstanding any previous tests thereof or
“on account” payment therefore) of any work which in respect of materials or
workmanship is not in his opinion in accordance with the specifications.
18.
ACCESS TO SITE
18.1 Owner shall provide Contractor access to site and place within site where work is to
be performed at all reasonable times. Any approach road, bridges over trenches,
ladders of such other means of access required in the area of work shall be made by
Contractor at no cost to Owner.
18.2 The access to site or place of work shall not be exclusive to Contractor but only
such as to enable him to execute work. Owner reserves the right to grant access to
site and place of work to other contractors engaged by Owner for carrying out work
relating to Project and Contractor shall fully co-operate with such other contractors
and carry out work without causing any hardship to others, Owner for inspection
and / or any statutory authorities shall at all reasonable times have access to site
and place of work.
18.3 Access to site granted herein shall not be construed as grant of any right of
possession or Title to Contractor over site or part thereof.
18.4 Engineer-In-Charge or any other authorized representative of Owner shall at all
reasonable time to be entitled to inspect work or any part thereof. Contractor shall
provide all necessary assistance to Owner / Consultants and shall make available
BIDDER’S SEAL & SIGNATURE
Page 26 of 130
A.G.M-FINANCE
NOCCinfra
all necessary scaffolding, tools and testing equipment to enable Owner to carry out
such inspection tests. Contractor shall uncover any part of work or make openings
for inspection as Engineer-In-Charge may direct and make good such part to the
reasonable satisfaction of Owner / Consultants.
18.5 The Contractor shall give 7 days’ notice to the Owner or his representative whenever
any work or materials are intended to be covered up in the earth, in bodies or walls
or otherwise to be placed beyond the reach of measurement in order that the work
may be inspected or that current dimensions may be taken before being so covered
or placed beyond the reach of measurement, in default whereof the same shall at
the option of the Owner or his representative be uncovered and measured at the
Contractor’s expense, or no allowance shall be made for such work or materials.
19.
TEMPORARY WORKS
19.1 All temporary works necessary for the proper execution of the works shall be
provided and maintained by the Contractor at his own cost and subject to the
consent of the Engineer shall be removed by him at his expense when they are no
longer required and in such manner as the Owner / Consultant shall direct. In the
event of failure on the part of the Contractor to remove the temporary works, the
Owner will cause them to be removed and the cost of such removal as increased by
supervision and other incidental charges shall be recovered from the Contractor. If
temporary huts are provided by the Contractor on the land provided by owner for
labour engaged by him for the execution of works, the Contractor’s shall arrange for
handing over vacant possession of the said land after the work is completed, if the
Contractor’s labor refuse to vacate, and have to be ejected by the owner, necessary
expenses incurred by the owner in connection therewith shall be borne by the
Contractor.
20.
CONSTRUCTION EQUIPMENT:
Contractor shall provide all tools, tackles, hoisting equipment, safety appliances,
ladders, scaffolding, testing equipment and such other facilities as are required for
carrying out work and Owner does not undertake to provide any such facility except
as provided hereunder. Contractor’s equipment shall be used solely for the purpose
of work and shall not be removed from site by Contractor without written
permission of Owner. Contractor shall be responsible to maintain and safeguard
Contractor’s equipment against damage or loss.
21.
CONTRACTOR
WORKS
TO
ARRANGE
FOR SUPPLY
WATER
AND
POWER
FOR
Unless otherwise provided in the contract, the Contractor shall be responsible for
the arrangement to obtain the supply of power and water necessary for the works.
22.
PRECAUTION DURING PROGRESS TO WORKS
22.1 During the execution of works, the Contractor shall at his own cost provide
materials for and execute all shoring, timbering and strutting work as is necessary
for the stability and safety of all structures, excavation and works and shall ensure
that no damage, injury or loss is caused or likely to be caused to any person or
property.
22.2 DAMAGE TO PROPERTY/OR PRIVATE LIFE AND PROPERTY:
The Contractor shall be responsible for all risks to the works and shall make good
at his own expense all loss or damage whether to the works themselves or to any
BIDDER’S SEAL & SIGNATURE
Page 27 of 130
A.G.M-FINANCE
NOCCinfra
other property, persons or property of others from whatsoever cause in connection
with the works until they are taken over by Owner (including that payable under the
provisions of the Workmen’s Compensation Act or any Statutory Amendments
thereof) to any person or persons sustaining damage as aforesaid by reason of any
act, or any negligence or omission on the part of the contractor the amount of any
costs or charges (including costs and charges in connection with the legal
proceedings) which Owner may incur in reference thereto, shall be charged to the
Contractor. The Owner shall have the power and right to pay or to defend or to
compromise any claim of threatened legal proceedings or in anticipation of the legal
proceedings being constituted consequent on the action or default of the contractor,
to take such steps as may be considered necessary or desirable to ward off or
mitigate the effect of such proceedings, charging to the contractor, as aforesaid, any
sum or sums of money which may be paid and any expenses whether for
reinstatement or otherwise which may be incurred and the propriety of any such
payment, defense or compromise, and the incurring of any such expenses shall not
be called in question by the contractor.
23.
ROADS & WATER COURSES
Existing roads or water courses shall not be blocked, cut through, altered, diverted
or obstructed in any way by the contractor, except with the permission of the
Owner. All compensation claimed for any unauthorized closure, cutting through,
alteration, diversion or obstruction to such roads or water courses by the
Contractor or his agent or his staff shall be recoverable from the Contractor by
deduction from any sums which may become due to him or otherwise according to
law.
24.
PROVISION OF ACCESS TO PREMISES
During progress of work in any street or through-fare, Contractor shall make
adequate provision for the passage of traffic, for securing safe access to all premises
approached from such street or through-fare, and for any drainage, water supply or
means of lighting which may be interrupted by reason of the execution of the works
and shall erect and maintain at his own cost barriers, lights and other safeguards
as prescribed by the Owner for the regulation of the traffic and provide watchmen
necessary to prevent accidents. The works shall in such cases be progressed during
night and day if so ordered by the Owner / Consultant and with such vigor so that
the traffic may be impeded only for as short a time as possible.
25.
SAFETY
25.01 SAFETY OF PUBLIC: The Contractor shall be responsible to take all precautions to
ensure the safety of the public whether on public or Owner’s property and shall post
such look-out men as may in the opinion of the Owner / Engineer be required to
comply with the regulations pertaining to the work.
25.02 WORK PERMIT: Safety work permit book is to be maintained by the contractor on
daily basis with serially numbered, having one original and two duplicate copies of
the same page and which will be signed by Contractor, Consultant and Client.
Permit copy will be always at the site office with Site Engineer. Permit is closed on
the same day after completion of work with given time schedule on permit book.
Contractor shall take specific permission to carry out work after sunset and deploy
a responsible person for the job.
26.
USE OF EXPLOSIVES
Explosives shall not be used on the works or on the site by the Contractor without
the permission of the Owner / Consultant and then only in the manner and to the
extent to which such permission is given. When explosives are required for the
BIDDER’S SEAL & SIGNATURE
Page 28 of 130
A.G.M-FINANCE
NOCCinfra
works, they shall be stored in a special magazine to be provided by and at the cost
of the Contractor in accordance with the explosives Rules and Regulations. The
contractor shall obtain the necessary license for the storage of and the use of
explosives and all operations in which or for which explosives are employed shall be
at the sole risk and responsibility of the Contractor and the Contractor shall
indemnify the owner in respect thereof.
27.
SUSPENSION OF WORKS
The Contractor shall on the order of the Owner / Consultant suspend the progress
of the works or any part thereof for such time or times and in such manner as
Owner / Consultant may consider necessary and shall during such suspension
properly protect and secure the work so far as is necessary in the opinion of the
Owner / Consultant if such suspension is:
a) Provided for in the contract, or
b) Necessary for the proper execution of the works or by reason of weather conditions
or by some default on the part of the Contractor, or
c) Necessary for the safety of the works or any part thereof.
The Contractor shall not be entitled to the extra costs (if any) incurred by him
during the period of suspension of the works, but in the event of any suspension
ordered by the Owner / Consultant for reasons other than aforementioned and
when each such period of suspension exceeds 14 days the Contractor shall be
entitled to such extension of time for completion of works as the Owner /
Consultant may consider proper having regard to the periods of such suspension
and to such compensation as the Owner / Consultant may consider reasonable in
respect of salaries or wages paid by the Contractor to his employee during the
period of such suspensions.
28.
RATES FOR ITEMS OF WORKS
The rates entered in the accepted schedule of Rates of the contract are intended to
provide for works duly and properly completed in accordance with the general and
special (if any) conditions of contract and the specifications and drawings together
with such enlargements, extensions, diminution’s, reductions, alterations or
additions as may be ordered as per these conditions and without prejudice to the
generality thereof and shall be deemed to include and cover:
Supervision and labor.
Supply, including full freight of materials, of stores patterns, profiles moulds,
fittings, centering, scaffoldings, shoring props, timber, machinery, derricks, tackle,
ropes, pegs, posts, tools and all apparatus and plant required on the works, except
such tools, plant or materials may be specified in the contract to be supplied to the
Contractor by the Owner:
The erection, maintenance and removal of all temporary works and buildings
All watching, lighting, bailing, pumping and draining;
All prevention of or compensation for trespass ;
all barriers and arrangements for the safety of the public or of employees during the
execution of works;
BIDDER’S SEAL & SIGNATURE
Page 29 of 130
A.G.M-FINANCE
NOCCinfra
All sanitary and medical arrangements for the safety of the public or of employees
during the execution of works;
The setting of all work and of the Construction, repair and un-keep of all control
lines, bench marks and level pegs thereon;
Site clearance
All fees, duties, royalties, octroi, rent and compensation to owner’s for surface
damage or octroi taxes and impositions payable to local authorities in respect of
land, structures and all materials supplied for the work or other duties or expenses
for which the Contractor may become liable or may be put to under any provision of
law for the purpose of or in connection with the execution of the contract.
All such other incidental charges or contingencies as may have been specially
provided for in the specifications.
29.
RATES FOR EXTRA ITEMS OF WORKS
Any item of work carried out by the Contractor on the instructions of the Owner /
Consultant which is not included in the accepted Schedule of Rates shall be
executed at the rates agreed upon between the Owner / Consultant and the
Contractor before the execution of such items of work, and the Contractor shall be
bound to notify the Owner / Consultant at least seven days before the necessity
arises for the execution of such items of work that the accepted Schedule of Rates
does not include a rate or rates for the extra work involved, in the event of entitled
to execute the extra works by other means and the result from such procedure.
Provided always that if the Contractor commences work or incurs any expenditure
in regard thereto before the rates shall be determined as herein-to fore mentioned,
then and in such a case the Contractor shall be only be entitled to be paid in
respect of the work carried out or expenditure incurred by him prior to the date of
determination of the rates as aforesaid, according to the rates as shall be fixed by
the Owner. However, if the Contractor is not satisfied with the decision of the
Owner, supported by an analysis of the rates claimed. Consultant’s decision after
hearing out the position shall be final and binding on the Contractor and the owner.
30.
PRICE
30.1 In consideration of work, Owner shall pay Contractor the sum specified in Schedule
of Rates.
30.2 All prices shall remain firm till completion of work and shall not be subject to
escalation of any description including those on account of delays due to Force
Majeure.
30.3 Amounts specified in Schedule are subject to deduction of Income-tax and Owner
shall withhold from the same such amount as is due at rates prevailing at the time
of payment and remit the same to income-tax authorities to the account of
Contractor and provide Contractor with appropriate certificate of tax deduction.
Any statutory variation in the rate of deduction of income-tax shall not lead to any
adjustment in Price.
30.4 Sales tax/VAT/Works Contract Tax if required to be deducted at source as per the
rules of the state government, the same shall also be deducted at source with
appropriate certificate for such deduction.
BIDDER’S SEAL & SIGNATURE
Page 30 of 130
A.G.M-FINANCE
NOCCinfra
31.
HANDING OVER OF WORKS
The Contractor shall be bound to hand over the works executed under the contract
to the owner complete in all respects to the satisfaction of the Consultant. The
Consultant shall determine the date on which the work is considered to have been
completed, in support of which his certificate shall be regarded as sufficient
evidence for all purposes. The Consultant shall determine from time to time, the
date on which any particular section of the work shall have been completed, and
the contractor shall be bound to observe any determination of the Consultant.
32.
WARRANTY/GUARANTEE
The Contractor shall guarantee satisfactory working of the installations erected by
him, for a period of (18) eighteen months from the date of provisional Acceptance by
the Purchaser/Eastern Railway whichever is earlier. The guarantee for spares
should be coincident with the guarantee for erected equipment, if any spares are
supplied.
During the period of guarantee the Contractor shall keep available an
experienced engineer and necessary equipment to attend to any defective
installations resulting from defective erection and/or defects in the equipment
supplied by the Contractor. This engineer shall not attend to rectification of
defects, which arise out of normal wear and tear and come within the purview of
routine maintenance work. The Contractor shall bear the cost of modifications,
additions or substitutions that may be considered necessary due to faulty
materials, design or workmanship for the satisfactory working of the equipment The
final decision shall rest with M/S NOCCI
BALASORE INFRASTRUCTURE
COMPANY.
33.
CLEARANCE OF SITE ON COMPLETION
On the completion of the works the Contractor shall clear away and remove from
the site all constructional plant, surplus materials, rubbish and temporary works of
every kind, and leave the whole of the site and works clear and in a workman-like
condition to the satisfaction of the Owner/Consultant. No final payment or
settlement of the accounts for the works shall be made to the Contractor till, in
addition to any other condition necessary for such final payment, site clearance
shall have been effected by him, and such clearance may be made by the
Owner/Consultant at the expense of the Contractor in the event of his failure to
comply with this provision within 7 days after receiving notice to that effect. Should
it become necessary for the Owner/Consultant to have the site cleared at the
expense of the contractor, the Owner/Consultant shall not be held liable for any
loss or damage to such of the Contractor’s property as may be on the site and due
to such removal there-from, which removal may be effected by means of public sale
of such materials and property or in such a way as deemed fit and convenient to the
Owner / Consultant.
34.
VARIATIONS AND OMISSIONS
Contractor shall not alter any of work except as directed in writing by Engineer-InCharge. Owner shall have full powers during execution of Contract to alter, amend,
omit, add or otherwise vary work, from time of time by issue of written notice
thereof to Contractor and Contractor shall carry out such modifications as if the
said variation is stated in Contract. In case in the opinion of Contractor they said
variation will involve an increase or decrease in the Contract Price or any of the
BIDDER’S SEAL & SIGNATURE
Page 31 of 130
A.G.M-FINANCE
NOCCinfra
other obligations of Contract, the same should immediately be brought to the notice
of Owner.
The difference in contract price if any occasioned by such variations shall be added
to or decreased from the contract price and paid in the same manner as contract
price.
35.
MEASUREMENTS, CERTIFICATES & PAYMENTS
35.1 The quantities set out in the accepted schedule of rates with items of works
quantified are the estimated quantities of the works and they shall not be taken as
the actual and correct quantities of the works to be executed by the Contractor in
fulfillment of his obligations under the contract.
35.2 The Contractor shall be paid for the works at the rates in the accepted schedule of
rates and for extra work at rates determined, the measurements taken by the
ENGINEER in accordance with the rules prescribed for the purpose by Consultant /
Owner. Such measurements will be taken of the work in progress from time to item
and at such intervals, as in the opinion of the Consultant shall be proper having
regard to the progress of the works. Relevant IS code for measurement will be
followed.
In the case of “variation in quantity” of any item / items of work, the units rates
quoted shall remain the same irrespective of the quantity. However the contract
value will be computed based on the revised quantities.
If Contractor is called upon to carry out any extra item, consideration receivable by
Contractor for extra items shall be determined by mutual agreement.
35.3 ON ACCOUNT PAYMENTS:
The Contractor shall be entitled to be paid from time to time by way of “On Account”
payments only for such works as in the opinion of the Consultant he has executed
in terms of the contract. All payments due on the Consultant’s Representative’s
Certification shall be subject to any deductions which may be made under these
presents. Provided always that the Consultant may in any certificate make any
correction or modification in any previous certificate which shall have been issued
by him and that the Consultant may withhold any certificate of the works or any
part thereof as not being carried out to his satisfaction.
35.4 ON ACCOUNT PAYMENT NOT PREJUDICIAL TO FINAL SETTLEMENT
“On Account” payments made to the Contractor shall be without prejudice to the
final accounts (except where measurements are specifically noted in the
measurements book as “Final Measurements” and as such have been signed by the
Contractor and Engineer-in-charge) and shall in no respect be considered or used
as evidence of any facts stated in or to be inferred from such accounts nor of any
particular quantity of work having been executed nor of the manner of its execution
being satisfactory.
35.5 CERTIFICATE OF COMPLETION OF WORKS
As soon as in the opinion of the Consultant the works shall have been substantially
completed and shall have satisfactorily passed any final test or tests that may be
prescribed, the Consultant shall issue a certificate of completion in respect of the
works and the period of maintenance of the works shall commence from the date of
such certificate provided that the Consultant may issue such a certificate with
BIDDER’S SEAL & SIGNATURE
Page 32 of 130
A.G.M-FINANCE
NOCCinfra
respect to the part of the works before the completion of the whole of the works or
with respect to any substantial part of the works which has been both completed to
the satisfaction of the Consultant and occupied or used by Owner and when any
such part shall be considered as completed and the period of maintenance of such
part shall commence from the date of such certificate.
35.6 CONTRACTOR NOT ABSOLVED BY COMPLETION CERTIFICATE
The certificate of completion shall not absolve the Contractor from his liability to
make good any defects, imperfections, shrinkage’s or faults which may appear
during the period of maintenance specified in the tender arising in the opinion of
the Consultant from materials or workmanship not in accordance with the drawings
or specifications or instructions of the Consultant. Such defects, imperfections,
shrinkage’s or faults shall upon the directions in writing of the Consultant be
amended and made good by the Contractor at his own cost. In case of default on
the part of the Contractor, the Consultant may employ labour and materials, or
appoint another contractor to attend and make good such defects, imperfections,
shrinkage’s and faults and all expenses consequent thereon and incidental thereto
shall be borne by the Contractor and shall be recoverable from any moneys due to
him under the contract.
35.7 MAINTENANCE CERTIFICATE
The contract shall not be considered as completed until a Maintenance Certificate
shall have been signed by the Consultant stating that the works have been
completed and maintained to his satisfaction. The Maintenance Certificate shall be
given by the Consultant upon the expiry of the period of maintenance or as soon
thereafter as any works ordered during such period pursuant of these conditions
shall have been completed to the satisfaction of the Consultant and approved by
Consultant and full effect shall be given to this clause notwithstanding the taking
possession of or using the works or any part thereof by Owner.
35.8 FINAL PAYMENTS
On the Consultant’s Certificate of completion in respect of the works, an adjustment
shall be made and the balance of amount based on the Consultant’s or the
Consultant’s Representative’s certified measurements of the total quantity of work
executed by the Contractor up to the date of completion and on the accepted
schedule of rates and for extra works on rates determined under relevant clause of
these conditions shall be paid to the Contractor. Those shall be subject to any
deductions which may be made and further subject to the contractor having
delivered to the Consultant either a full account in detail of all claims he may have
on Owner in respect of the works or having delivered a “No Claim” certificate and
the Consultant having after receipt of such account given a certificate in writing
that such claims are correct, that the whole of the works to be done under the
provisions of the contract have been completed, that they have been inspected by
him since their completion and found to be in good and substantial order, that all
properties, works and things removed, disturbed or injured in consequence of the
work, have been properly replaced and made good and all expenses and demands
incurred by or made upon Owner for or in respect of damage or loss by, from or in
consequence of the works, have been satisfied agreeably and in conformity with the
contract.
BIDDER’S SEAL & SIGNATURE
Page 33 of 130
A.G.M-FINANCE
NOCCinfra
36.
REPAYMENT OF SECURITY DEPOSIT
The total security deposit shall become due and shall be released to the Contractor
after the expiry of the period of maintenance / warranty period as reckoned from
the date on which the Consultant shall have passed the certificate of completion
comprising the whole of the works to be done under the provisions of the contract,
or any other earlier date subsequent to the completion of the whole of such works
that may be fixed by Consultant/ Owner in this behalf, provided that all the
stipulations of this clause have been fulfilled by the contractor and all claims and
demands made against Owner for and in respect of damage or loss by, from or in
consequence of the works have been finally satisfied, provided further that in the
event of different maintenance periods having become applicable to different parts of
the works, the term expiry of period of maintenance, shall for the purpose of this
clause is deemed to mean the expiry of the latest of such periods.
37.
STATUTORY REGULATIONS
37.1 WAGES TO LABOUR
The Contractor shall comply with the latest provisions of the Minimum Wages Act,
1948 (HEREINAFTER REFERRED TO AS THE “Said Act”) and the Rules made there
under in respect of any employees employed by him on road construction, in
building operations or in stone breaking or stone crushing or in any other kind of
Scheduled employment as defined in the said Act for the purpose of carrying out
this contract.
If, in compliance with the terms of the contract, the Contractor supplied any labor
to be used wholly or partly under the direct orders and control of the Owner
whether in connection with any work being executed by the contractor or otherwise
for the purpose of the owner such labor shall, for the purpose of this clause, still be
deemed to be persons employed by the Contractor. If any money shall, as a result
of any claim or application made under the said act be directed to be paid by the
Owner, such moneys shall be deemed to be moneys payable to the owner by the
contractor and on failure by the contractor to repay the owner any moneys paid by
it as aforesaid within seven days after the same shall have been demanded, the
owner shall be entitled to recover the same from the moneys due or accruing to the
contractor under this or any other contract with the owner.
37.2 PROVISIONS OF PAYMENT OF WAGES ACT
The contractor shall comply with the provisions of the Payment of Wages Act,
1936as modified from time to time and the Rules made there under in respect of all
employees employed by him in the works.
If in compliance with the terms of the contract, the Contractor shall supply any
labour to be used wholly or partly under the direct orders and control of the Owner
whether in connection with the works to be executed hereunder or otherwise for the
purpose of the Owner such labour shall nevertheless be deemed to comprise of
persons employed by the Contractor and any money which may be ordered to be
paid by the Owner shall be deemed to be money payable by the Owner on behalf of
the Contractor and the Owner may on failure of the Contractor to repay such money
to the Owner deduct the same from any money due to the Contractor in terms of
the contract. The owner shall be entitled to deduct from any money due to the
contractor (whether under this contract or any other contract,) all money paid or
payable by the Owner by way of compensation as aforesaid or for costs or expenses
in connection with any claim thereto and the decision of the owner upon any
question arising out of the effect or force of this clause shall be subject to appeal to
the Owner, whose decision shall be final and binding on both the sides.
BIDDER’S SEAL & SIGNATURE
Page 34 of 130
A.G.M-FINANCE
NOCCinfra
37.3 PROVISIONS OF CONTRACT LABOUR (Regulation & Abolition Act 1970)
a) The Contractor shall comply with the provisions of the Contract Labour (Regulation
and Abolition) Act, 1970 and the Contract Labour (Regulation and Abolition) Central
Rules 1971 as modified from time to time, wherever applicable and shall also
indemnify the Owner from and against any claims under the aforesaid Act and the
Rules.
b) The Contractor shall obtain a valid license under the aforesaid Act as modified from
time to time before the commencement of the work and continue to have a valid
license until the completion of the work. Any failure to fulfill this requirement shall
attract the penal provisions of the contract arising out of the resultant nonexecution of the work. The Owner being principal employer will issue necessary
certificates as per the ACT to the Contractor.
c) The Contractor shall pay to labour employed by him directly or through subcontractors the wages as per provisions of the aforesaid Act and the Rules wherever
applicable. The Contractor shall, notwithstanding the provisions of the contract to
the contrary, cause to be paid the wages to labour indirectly engaged on the work
including any engaged by his sub-contractors in connection with the said work, as
if the labour had been immediately employed by him.
d) In respect of all labour directly or indirectly employed in the work for performance of
the contractor’s part of the contract, the contractor shall comply with or cause to be
complied with provisions of the aforesaid Act and the Rules wherever applicable.
e) In every case in which by virtue of the provision of the aforesaid Act and the Rules,
the owner is obliged to pay any amount of wages to a workman employed by the
contractor of his sub-contractor in execution of the work or to incur an expenditure
in providing welfare and health amenities required to be provided under the
aforesaid Act and the Rules or to incur any expenditure on account of the
contingent liability of the Owner due to the Contractor’s failure to fulfill his
statutory obligations under the aforesaid Act or the Rules, the owner will recover
from the Contractor, the amount of wages so paid or the amount of expenditure so
incurred and without prejudice to the rights of the Owner under Section 20, SubSection (2) and Section 21, Sub-section (4) of the aforesaid Act. The Owner shall be
at liberty to recover such amount or part thereof by deducting it from the security
deposit and / or from any sum due by the Owner to the Contractor whether under
the contract or otherwise. The Owner shall not be bound to contest any claim made
against it under sub-section (1) of the Section 20 and sub-section (4) of Section 21
of the aforesaid Act except on the written request of the Contractor and upon his
giving to the owner full security for all costs to which the Owner might become
liable in contesting such claim. The decision of the Owner regarding the amount
actually recoverable from the Contractor as stated above shall be final and binding
on the Contractor.
37.4
PROVISIONS OF THE EMPLOYEES’ PROVIDENT FUND ACT 1952
The Contractor shall be liable to pay by the due date his contribution, employee’s
contribution and other administrative charges as per provisions of the Employee’s
Provident Act as amended from time to time, in respect of all the staff and labour
employed by him for the execution of the contract.
In the event of his failure to follow the above provisions, the Owner shall make
arrangements to pay the said amount of contribution as assessed to the Provident
Fund Commissioner and the Owner will recover from the Contractor the amount
paid to the Provident fund Commissioner, out of the sums due to the Contractor.
BIDDER’S SEAL & SIGNATURE
Page 35 of 130
A.G.M-FINANCE
NOCCinfra
37.5 PROVISIONS OF WORKMEN’S COMPENSATION ACT
In every case in which by virtue of the provisions of Section 12 sub-section (1) of the
Workmen’s Compensation Act, 1923 the Owner is obliged to pay compensation to a
workman employed by the contractor in executing the work, the Owner will recover
from the contractor the amount of the compensation so paid, and without prejudice
to the rights of Owner under section 12 sub-section (2) of the said Act, the Owner
shall be at liberty to recover such amount or any part thereof by deducting it from
the sum due by the Owner to the Contractor whether under these conditions or
otherwise. The Owner shall not be bound to contest any claim made against it
under section 12 sub-section (1) of the said Act except on the written request of the
Contractor and upon his giving to the Owner right but the Contractor will become
liable in consequence of contesting such claim.
37.6 The Contractor shall abide by the relevant Act like Minimum wages, Employees
Provident Fund, ESI etc. and Rules and Regulations in force of the state of Orissa
from time to time for the labour employed in construction work. The contractor
shall be fully and solely responsible for any compensation/ fine that may be
imposed for violation of the said Rules/Regulations/Act.
38.
LABOUR CAMPS
The contractor shall at his own expense make adequate arrangements for the
housing, supply of drinking water and provision of latrines and urinals of his staff
and workmen and for temporary crèches where 50 or more women are employed at
a time. Suitable sites on the owner’s land if available, may be allotted to the
Contractor for the erection of labour camps, either free of charge or on such terms
and conditions as may be prescribed by owner. All camp sites shall be maintained
in clean and sanitary condition by the Contractor at his own cost.
39.
REPORTING OF ACCIDENTS TO LABOUR
The Contractor shall be responsible for the safety of all employees employed by him
and shall report serious accidents the appropriate Authorities and also to the
Owner/Consultant or the Consultant’s representative and shall make every
arrangement to render all possible assistance/medical treatment, if required.
40.
COMPLIANCE TO RULES FOR EMPLOYMENT OF LABOUR
The Contractor shall confirm to all laws, byelaws, rules and regulations for the time
being in force pertaining to the employment of local or imported labour and shall
take necessary precautions to ensure and preserve the health and safety of all staff
employed on the works.
41.
PRESERVATION OF PEACE
The Contractor shall take requisite precautions and use his best endeavors to
prevent any riotous or unlawful behavior by or amongst his workmen and others
employed on the works and for the preservation of peace and protection of the
inhabitants and security of property in the neighborhood of the works. In the event
of the owner requiring the maintenance of a special police force at or in vicinity of
the site during the tenure of the works, the expenses thereof shall be borne by the
Contractor, and if paid by the owner shall be recoverable for the Contractor.
BIDDER’S SEAL & SIGNATURE
Page 36 of 130
A.G.M-FINANCE
NOCCinfra
42.
SANITARY ARRANGEMENT
42.1 The Contractor shall obey all sanitary rules and carry out all sanitary measures
that may from time to time prescribed by the owner and permit inspection of all
sanitary arrangements at all times by the Consultant or the Consultant’s
representative.
Should the Contractor fail to make adequate sanitary
arrangements, these will be provided by the owner and the cost therefore recovered
from the Contractor.
42.2 OUTBREAK OF INFECTIOUS DISEASE
The Contract shall remove from his camp such labour and their families who refuse
protective inoculation and vaccination when called upon to do so by the Consultant
or the Consultant’s representative on the advice of the Owner. Should cholera,
Plague or other infectious disease break out, the Contractor shall burn the huts,
beddings, clothes and other belongings of, or used by, the infected parties and
promptly erect new huts on healthy sites as required by the Consultant, failing
which within the time specified in the Consultant’s requisition the work may be
done by the Owner and the cost therefore recovered from the Contractor.
42.3 MEDICAL FACILITIES AT SITE
The Contractor shall provide medical facilities at the site as may be prescribed by
the Owner/Consultant in relation to the strength of the Contractor’s resident staff
and workmen.
42.4 USE OF INTOXICANTS
The sale of ardent spirits or other intoxicating beverage on the work place or in any
of the buildings, or tenements owned, occupied by or within the control of the
contractor or any of his employees directly or through petty contractors or subcontractors employed on the work shall be forbidden and the contractor shall
exercise his influence and authority to the utmost extent to secure strict compliance
with this condition.
43.
NON-EMPLOYMENT OF LABOUR BELOW THE AGE OF 14
The Contractor shall not employ children below the age of 14 as laborers directly or
through petty contractors or sub-contractors for execution of work.
44.
MEDICAL CERTIFICATE OF FITNESS FOR LABOUR
It is agreed that the Contractor shall not employ a person for the purpose of
executing work under this contract unless a medical certificate of fitness in the
prescribed form granted to him by a doctor certifying that he is fit to work as an
adult. This certificate is obtained and kept in the custody of the Contractor or a
person nominated by him in this behalf and the person carries with him, while at
work, a token giving reference to such certificate. It is further agreed that the
responsibility for having the adolescent examined medically at the time of the
appointment or periodically till he attains the adult age, shall devolve entirely on the
Contractor and all the expense to be incurred on this account shall be borne by him
and no fee shall be charged from the adolescent or his parent such medical
examination.
45.
PERIOD OF VALIDITY OF MEDICAL FITNESS CERTIFICATE
45.1 A certificate of fitness granted or renewed for the above said purposes shall be valid
only for a period of one year at a time. The certifying doctor shall revoke a
certificate granted or renewed if in his opinion the holder of it is no longer fit for
work in the capacity stated therein. Where a certifying doctor refuses to grant a
certificate, he shall, if so required by the person concerned, state his reasons in
writing for doing so.
BIDDER’S SEAL & SIGNATURE
Page 37 of 130
A.G.M-FINANCE
NOCCinfra
45.2 MEDICAL RE-EXAMINATION OF LABOURER
Where any official appointed in this behalf by the Ministry of Labour is of the
opinion that any person employed in connection with the execution of any work
under this contract in the age group prescribed without a certificate of fitness or his
having a certificate of fitness but no longer fit to work in the capacity stated in the
certificate, he may serve on the contractor, or on the person nominated by him in
this behalf, a notice requiring that such person shall be examined by a certifying
doctor and such person shall not, if the concerned official so directs, be employed or
permitted to do any work under this contract unless he has been medically
examined and certified that he has been granted a certificate of fitness or a fresh
certificate of fitness as the case may be.
46.
ACCOMMODATION AT SITE & COMMUNICATION FACILITIES
Owner does not undertake to provide any covered area or protected accommodation
of any kind for use by Contractor for office, store, shop or residential
accommodation.
46.1 Owner shall allot a plot of land at convenient place in site within reasonable
distance of the place of work where Contractor may build temporary structures for
site office, store and fabrication shop; and Contractor shall make arrangements for
fencing and security. Contractor shall also make suitable arrangements for
sanitation and hygiene in the place allotted to Contractor.
46.2 Contractor shall make his own arrangements for residential accommodation of staff
and workmen, facilities for food and canteen and shall not set up any hutments,
barracks or other form of residential units at any place within site or on other land
belonging to Owner, unless specifically agreed to.
46.3 Contractor shall make his own arrangements for any telephone, fax communication
facilities he needs in carrying out work. In case of emergency, Owner may permit
use of available facility for which charges, if any, shall be borne by Contractor.
47.
OWNER’S REGULATIONS AND RULES
Contractor shall observe and ensure that his supervisors and workmen observe all
rules and regulations of Owner applicable to site as may be communicated by
Owner from time to time. Contractor shall ensure that his supervisors and
workmen engaged at site function in a disciplined manner.
48.
CLAIMS
Claims by Contractor for any disputed item shall be lodged with Owner within thirty
(30) days of disallowance of the same failing which the claim shall be deemed to
have been waived.
49.
FORCE MAJEURE
Neither Contractor or Owner shall be considered in default in performance of
Contract if such performance is prevented or delayed due to circumstances of Force
Majeure, provided that the party so affected notifies the other in writing promptly,
in any case within fifteen (15) days of its occurrence, of the existence of a situation
of Force Majeure giving evidence thereof for the purposes of this Article Force
Majeure means.
BIDDER’S SEAL & SIGNATURE
Page 38 of 130
A.G.M-FINANCE
NOCCinfra
i.
War or hostilities.
ii. Riot or civil commotion
iii. Earthquake, flood, tempest, lightening or other natural calamities.
iv. Accident, fire or explosion on site not caused by willful negligence of Contractor,
and / or
v. Labour strike or lock-out exceeding ten (10) days in duration not caused by any
deliberate act of indiscretion by Contractor.
If the situation of Force Majeure extends of a period exceeding thirty (30) days the
parties shall meet together and discuss the further course of action, provided that if
Contractor’s performance is affected Owner may at his option and at any time
remove from the scope of Contractor the portion of work so affected and have it
executed by any other agency as Owner may deem fit and reduce from the
consideration payable to Contractor proportionate amount.
Contractor shall be entitled for extension of time-schedule for the performance of
the portion of work affected by the situation of Force Majeure by a reasonable period
but shall not be entitled to any financial compensation such as idle wages or
escalation in cost. Decision by Owner shall be final in respect of any extension of
time.
50.
RIGHT OF OWNER TO FINALISE CONTRACT
The owner shall be entitled to finalize the contract at any time should, in the
owner’s opinion, the cessation of work becomes necessary owing to paucity of funds
or form any other cause whatsoever, in which case the value of approved materials
at site and of work done to date by the Contractor will be paid for in full at the rate
specified in the contract. Notice in writing from the owner of such finalization and
the reason shall be conclusive evidence thereof.
51.
PAYMENT ON FINALISATION OF CONTRACT
Should the contract be finalized under clause 50.0 of these conditions, and the
contractor claims payment for expenditure incurred by him in the expectation of
completing the whole of the works, the owner shall admit and consider such claims
as are deemed reasonable and are supported by vouchers to the satisfaction of the
Owner. The owner’s decision on the necessity and propriety of such expenditure
shall be final and conclusive. The Contractor shall have no claim to any payment of
compensation or otherwise howsoever, on account of any profit or advantage which
he might have derived from the execution of the work in full but which he did not
derive in consequence of finalization of the contract.
52.
TERMINATION OF CONTRACT OWING TO DEFAULT OF CONTRACTOR
If the Contractor should:
i.
Become bankrupt or insolvent, or
ii. Make an arrangement with or assignment in favour of his creditors, or agree to
carry out the contract under a committee of Inspection of his creditors, or
BIDDER’S SEAL & SIGNATURE
Page 39 of 130
A.G.M-FINANCE
NOCCinfra
iii. Being a owner or Corporation, go into liquidation (other than a voluntary liquidation
for the purpose of amalgamation or reconstruction), or
iv. Have an execution levied on his goods or property on the works, or
v. Assign the contract or any part thereof to other person except with specific written
approval of owner.
vi. abandon the contract, or
vii. Persistently disregard the instructions of the Owner or contravene any provision of
the contract, or
viii.Fail to adhere to the agreed programme of work by a margin of 10 percent of the
stipulated period or
ix. Fail to remove materials from the site or to pull down and replace work after
receiving from the Owner notice to the effect that the said materials or works have
been condemned or rejected under relevant clause of these conditions, or
x. Fail to take steps to employ competent or additional staff and labour as required, or
xi. Fail to afford the Engineer or the Engineer’s representative proper facilities for
inspection of the works or any part thereof as required under these conditions.
then and in any of the said causes, the Engineer on behalf of the Owner may serve
the Contractor with a notice in writing to that effect and if the contractor does not,
within seven days after delivery to him of such notice, proceed to make good his
default and carry on the work or comply with such directions as aforesaid to the
entire satisfaction of the Engineer, the Owner shall be entitled after giving 48 hours’
notice in writing under the hand of the Owner to rescind the contract as a whole or
in part or parts ( as may be specified in such notice) and adopt either or both of the
following courses:
a) to carry out the whole or part of the work from which the Contractor has been
removed by the employment of the required labour and the materials, the costs of
which shall include lead, lift, freight, supervision and all incidental charges;
b) to measure up the whole or part of the work from which the Contractor has been
removed and to get it completed by another Contractor, the manner and method in
which such work is completed shall be in the entire discretion of the Owner whose
decision shall be final;
and in both the cases (a) and (b) mentioned above, the owner shall be
entitled (I) to forfeit the whole or such portion of the amount as it may consider fit,
and (ii) to recover from the contractor the cost of carrying out the work in excess of
the sum which would have been payable according to the certificate of the Engineer
to the contractor if the works had been carried out by the contractor under the
terms of the contract such certificate being final and binding upon the contractor.
Provided however, that such recovery shall be made only when the cost incurred in
excess is more than the amount held by the Owner. This is proposed to be forfeited
and shall be limited to the amount by which the cost incurred in excess exceeds the
amount proposed to be forfeited. The amount thus to be forfeited or recovered may
be deducted from any moneys then due or which any time thereafter may become
due to the contractor by the owner under this or any other contract or otherwise.
BIDDER’S SEAL & SIGNATURE
Page 40 of 130
A.G.M-FINANCE
NOCCinfra
53.
RIGHT OF OWNER AFTER RECISSION OF CONTRACT OWING TO DEFAULT OF
CONTRACTOR
In the event of any or several of the courses, referred to in clause 52 of this
contract, being adopted:
a) the contractor shall have no claim to compensation for any loss sustained by him
by reason of his having purchased or procured any materials or entered into any
commitments or made any advances on account of or with a view to the execution of
the work or the performance of the contract and Contractor shall not be entitled to
recover or be paid any sum for any work thereto not actually performed under the
contract unless and until such works and the value payable in respect thereof and
the Contractor shall only be entitled to be paid the value so certified.
b) the Engineer or the Engineer’s representative shall be entitled to take possession of
any materials, tools, implements, machinery and buildings on the works or on the
property on which these are being brought or ought to have been executed and to
retain and employ the same in the further execution of the works or any part
thereof until the completion of the works without the Contractor being entitled to
any compensation thereof or for wear and tear or destruction thereof.
c) The Owner/Engineer shall, as soon as may be practicable after removal of the
Contractor, fix and determine ex-party or by or after reference to the parties or after
such investigation or enquiries as he may consider fit to make or institute, and
shall certify what amount (if any) had at the time of rescission of the contract been
reasonably earned by or would reasonably accrue to the Contractor in respect of the
work then actually done by him under the contract and what was the value of any
unused, or partially used materials, any constructional plant and any temporary
works upon the site.
d) the Owner shall not be liable to pay to the Contractor any moneys on account of the
contract until the costs of the completion and maintenance, damages for delay in
completion (if any), and all other expenses incurred by the Owner have been
ascertained and the amount thereof certified by the Engineer. The Contractor shall
then be entitled to receive only such sum as is due to him after such costs have
been adjusted from the Moneys due.
54.
SUSPENSION AND TERMINATION
In the event Owner is unable or unwilling to complete or is compelled to postpone
their activities relating to Project at any stage during the currency of Contract,
Owner may either suspend or terminate Contract by giving Contractor thirty (30)
days’ notice.
If Contractor shall fail or neglect to execute work with all due diligence and
expedition or shall refuse or neglect to comply with any reasonable orders given to
him in writing by Owner in connection with work or shall otherwise commit breach
of any of the provisions of Contract, Owner may give Contractor notice in writing
requiring to make good such failure, neglect or breach. Should Contractor fail to
comply with the notice within the time specified therein, then Owner shall, without
prejudice to other rights of Owner under Contract, be at liberty to have such work
or portion of work as Contractor has failed or neglected to execute, executed directly
or through any other agency Owner deems fit at the risk and cost of Contractor, and
Owner shall have the free use of all of Contractor’s equipment, materials and other
things for the time being available at site for getting the work completed in the
above-said manner to the exclusion of any right of Contractor over the same,
without being responsible to Contractor for fair wear and tear thereof, Owner shall
further be entitled to apply the proceeds of such equipment and unused materials
BIDDER’S SEAL & SIGNATURE
Page 41 of 130
A.G.M-FINANCE
NOCCinfra
of Contractor and any balance amount that may be due to Contractor for work
actually executed towards any claims on Owner from third parties in consequence
of failure, neglect, refusal or contravention by Contractor and / or towards any
expense that Owner might have incurred in getting the work completed in the
above said manner, in excess of what Owner would have had to pay Contractor as
per Contract.
If Contractor shall become bankrupt or insolvent or have a receiving order made
against him or shall compound with his creditors or shall commence to be winding
or otherwise than for the purpose of reconstruction or shall carry on its business
under a Receiver for the benefit of its creditors, Owner may at its sole discretion
either :
a. Terminate Contract forthwith by notice in writing to Contractor or the Receiver or
the Liquidator or to any other person in whom the contract may become vested and
have the remaining work executed at the risk and cost of Contractor in the same
manner as specified above or,
b. Give such Receiver, Liquidator or other person as aforesaid the option of carrying
out the Contract subject to his providing security for the due and faithful
performance of Contract up to such amount as may be mutually agreed upon.
In the event of suspension of Contract vide above, immediately on receipt of notice
therefore from Owner, Contractor shall suspend all activities at site expect those
essentially to be carried out to safeguard and secure work for the time being in
progress in a safe manner without wastage of materials and temporarily disband or
re-assign Contractor’s workmen except those essentially required at site such as for
security of Contractor’s equipment and materials. Contractor shall re-mobilize its
workmen and re-commence work within fifteen (15) days of receipt of notice from
Owner requiring Contractor to do so. All costs reasonably incurred by contractor in
connection with temporarily winding up work, maintenance of site during period of
suspension and remobilization on withdrawal of suspension order shall be paid by
Owner in addition to Contract Price specified herein, and the amount of such
additional sum shall be mutually agreed to between the parties based on detailed
information provided by Contractor. Contractor shall further be entitled for
extension of time-schedule corresponding to the period of suspension including
permitted period for remobilization.
In the event of termination of Contract vide above, immediately on receipt of notice
therefore from Owner, Contractor shall take all steps for winding up work such as
cancellation of any pending orders and termination of any sub-contracts that
Contractor might have entered into with others in connection with work,
safeguarding and securing of any work in progress in a safe manner, disbanding of
workmen, removal of temporary construction may by Contractor at site and return
of all Equipment, special tools, un-used materials and documents that Owner has
supplied to Contractor. Owner shall pay the Contractor for the portion of work
executed till such termination less amounts already paid, together with any
reasonable cost necessarily incurred by Contractor pursuant to such termination as
may be mutually agreed upon between the parties hereto based on detailed
information provided by Contractor. Contractor shall not be entitled for any
payment in respect of the portion of work left unexecuted.
Upon termination of Contract for any reason, obligations of the parties hereto shall
cease except for the liabilities of either party to the other in respect of obligations
that accrued prior to the date of such termination.
BIDDER’S SEAL & SIGNATURE
Page 42 of 130
A.G.M-FINANCE
NOCCinfra
55.
RECOVERY OF DUES FROM CONTRACTOR
Owner shall have recourse to Contractor for any costs, claims, demands
proceedings, damages and expenses whatsoever arising out of or in connection with
any failure of Contractor to perform any of his obligations under the terms of
Contract.
Any amount due from Contractor as per Contract shall be deducted from money
due or becoming due to Contractor under Contract or under any other account or
may be recovered through the process of Arbitration and relevant Laws.
56.
CONSEQUENTIAL LOSSES
Liabilities of either party to the other are limited to those specifically provided for
herein.
Neither Owner nor Contractor shall under any circumstances be liable in respect of
any indirect or consequential loss or loss of profit suffered by the other party in
connection with or arising out of Contract except as specified hereof.
57.
EFFECTIVE DATE AND VALIDITY
Contract shall become effective on signature by the contractor.Unless terminated by
Owner, Contract shall remain valid till obligations of both parties are fulfilled.
58.
ARBITRATION:
In the event of any dispute in the interpretation of the terms of this
agreement/work order or difference of opinion between the parties on any point in
the work order arising out of or in connection with the agreement/accepted work
order or with regard to performance of any obligation hereunder by either party, the
parties hereto shall use their best efforts to settle such disputes or difference of
opinion amicably by mutual negotiations. In case no agreement is reached, either
party may forthwith give to the other, a notice in writing of the existence of such
question, dispute or difference of opinion and the same shall be referred to the
adjudication of sole
Arbitrator to be appointed by “NOCCinfra” whose decision in the matter shall
be final and binding on the parties. The arbitration proceedings shall be governed
under the provisions of the Indian Arbitration & Conciliation Act, 1996 and the
rules there under or any statutory modification thereof for the time being in force.
In this agreement/work order, venue of such arbitration shall be Balasore (Odisha)
and courts at Balasore alone shall have jurisdiction regarding any matter arising
out of this agreement.
59.
JURISDICTION : Balasore, Odisha, India
BIDDER’S SEAL & SIGNATURE
Page 43 of 130
A.G.M-FINANCE
NOCCinfra
SPECIAL CONDITIONS OF CONTRACT
1.0
GENERAL
1.1
Special Conditions of Contract (SCC) shall be read in conjunction with the
General Conditions of Contract (GCC) also referred to as General Terms &
Conditions of Works Contract, Schedule of Quantities, specifications of
work, drawings and any other document forming part of this Contract
wherever the context so requires.
1.2
Notwithstanding the sub-division of the document into these separate
sections and volumes, every part of each shall be deemed to be
supplementary of every other part and shall be read with and into the
Contract so far as it may be practicable to do so.
1.3
Where any portion of the GCC is repugnant to or at variance with
any provisions of the Special Conditions of Contract, then unless a
different intention appears, the provision(s) of the Special Conditions of
Contract shall be deemed to override the provision(s) of GCC only to the
extent that such repugnancy or variations in the Special Conditions of
Contract are not possible of being reconciled with the provisions of GCC.
1.4
Wherever it is stated in this Bidding Document that such and such a
supply is to be affected or such and such a work is to be carried out, it
shall be understood that the same shall be affected and /or carried out
by the Contractor at his own cost, unless a different intention is specifically
and expressly stated herein or otherwise explicit from the context.
Contract Price shall be deemed to have included such cost.
1.5
The materials, design & workmanship shall satisfy the applicable relevant
Indian Standards, the job specifications contained herein & codes
to. Where the job specifications
stipulate
requirements
in
referred
addition to those contained in the standard codes and specifications, these
additional requirements shall also be satisfied. In the absence of
any
Standard / Specifications / Codes
of
practice
for
detailed
specifications covering any part of the work covered in this bidding
document,
the
instructions / directions of Engineer-in-Charge will be
binding upon the Contractor.
1.6
In
case
of
contradiction
between relevant Indian standards, GCC,
Special Conditions of Contract, Specifications, Drawings and Schedule of Rates,
the following shall prevail in order of precedence.
i)
ii)
iii)
iv)
v)
vi)
vii)
viii)
ix)
Detailed
Purchase Order along
with
Variations, if any, and its enclosures .
Fax of Intent (FOI)/Letter of Intent (LOI)
Schedule of Quantities
Special Conditions of Contract
Statement
of
Agreed
Instructions to Bidders
General Conditions of Contract
Technical Specifications
Relevant Indian Standards.
Drawings/ Data Sheets
BIDDER’S SEAL & SIGNATURE
Page 44 of 130
A.G.M-FINANCE
NOCCinfra
1.7 SAFETY, FIRE FIGHTING AND SPECIFIC REQUIREMENTS OF NOCCinfra
1.7.1
Contractor shall provide adequate number of standard lengths of IS Stamped Fire
hoses, IS Stamped DCP Fire extinguishers, fire buckets with sand and
nozzles. These items can be taken back by the Contractor after completion of
work. Sand shall also be maintained dry by the Contractor with fresh supply,
whenever required. Work permit may not be issued by NOCCI in the absence of
above items.
1.7.2
Safety Helmets shall be provided to all the employees of Contractor including
that of his labour contractors.
1.7.3
Safety Belts and Harnesses shall be provided
adequate number for the workers working at heights.
1.7.4
Proper earthing shall be provided for all equipments and generators.
2.0
THE WORK
2.1
SCOPE OF WORK & SCOPE OF SUPPLY
by
the
Contractor
in
2.1.1 The scope of work and Scope of Supply covered in this Contract will be
as described in Scope of work provided in the Instructions to
bidders,
Schedule of Quantities,
Technical Specifications, Drawings, etc.
2.2.1 TIME SCHEDULE
The Completion period shall be 4 (FOUR) Months from the date of issue LOI / WO.
2.2.2 Time is the essence of this Contract. The period of completion given includes
the time required for mobilization as well as testing, rectifications, if any,
retesting, demobilization and completion in all respects to the satisfaction
of the Engineer-in-Charge.
2.2.3 A joint programme of execution of work will be prepared by the Engineerin-Charge and Contractor. This programme will take into account the time of
completion period of the Contract.
2.2.4 Monthly execution programme will be drawn up by the Engineer-in-Charge
jointly with the Contractor based on availability of materials, work fronts
and the
joint programme of
execution as referred to above.
The Contractor
shall
scrupulously adhere to the Targets/ Programme
by
deploying
adequate personnel, Construction Equipment, Tools and Tackles and also
by Timely Supply of required materials coming within his scope of supply
as per Contract. In all matters concerning the extent of target set out in
the monthly programme and the degree of achievement, the decision
of
the
Engineer-in-Charge
will
be
final
and
binding
upon
the
Contractor.
2.2.5 Contractor shall give every day
category-wise
labour
and
equipment
deployment report along with the progress of work done on previous day in
the proforma prescribed by the Engineer-in-Charge.
2.3
MEASUREMENT OF WORKS
2.3.1 Mode of measurement will be as specified in Specifications or SOR.
BIDDER’S SEAL & SIGNATURE
Page 45 of 130
A.G.M-FINANCE
NOCCinfra
2.4
PAYMENT TERMS
2.4.1 SUPPLY ITEMS
ï‚· 10% of the supply value shall be paid as advance on submission of Bank
Guarantee of equivalent amount. Bank Guarantee shall be valid till delivery of
supply items or to be extended till the advance is adjusted against actual value of
supply.
ï‚· 50% payment shall be paid against Supply, Inspection, Testing and Acceptance of
materials by South Eastern Railways duly certified by the Engineer in charge &
PMC, advance of 10% if availed, will be adjusted.
ï‚· 10% payment shall be released against proper stacking / storage of materials at
project site.
ï‚· 30% payment shall be released after completion of erection, testing and
commissioning of supply materials.
ï‚· Balance 10% shall be retained from the bill and shall be released after successful
completion, commissioning & charging of items of the job against final bill on
production of performance Bank Guarantee of equivalent amount valid upto 18
months.
2.4.2 EXECUTION ITEMS
ï‚· 60% payment shall be paid against completion of work as per description of
Schedule “B” items duly certified by the Engineer in charge & PMC.
ï‚· 10% payment shall be released after inspection, testing by South Eastern
Railways duly certified by the Engineer in Charge & PMC.
ï‚· 20% payment shall be released after on successful completion & Testing by South
Eastern Railways for Signaling & Telecommunication System as whole and handed
over to NOCCinfra.
ï‚· Balance 10% shall be retained from the bill and shall be released after successful
completion, commissioning & charging of items of the job against final bill on
production of performance Bank Guarantee of equivalent amount valid upto 18
months.
2.5
TEMPORARY WORKS
2.5.1 All temporary works, enabling works, including dewatering of surface and
subsoil water, preparation and maintenance of temporary drains at the
work site, preparation and maintenance of approaches to working areas,
adequate lighting, wherever required, for execution of the work, shall be
the responsibility of the Contractor and all costs towards the same shall be
deemed to have been included in the quoted prices.
2.6
QUALITY ASSURANCE
2.6.1 Detailed quality assurance programme to be followed for the execution of
Contract under various divisions of works will be mutually discussed and
agreed to.
BIDDER’S SEAL & SIGNATURE
Page 46 of 130
A.G.M-FINANCE
NOCCinfra
2.6.2 The Contractor shall establish,
document and maintain an effective
quality assurance system as outlined in the specifications and various
codes and standards.
2.6.3 The Owner/Consultant or their representative shall reserve the right
to inspect/witness, review any or all stages of work at shop/site as deemed
necessary for quality assurance and / or timely completion of the work.
2.6.4 In case Contractor fails to follow the instructions of Engineer-inCharge with respect to above clauses, next payment due to him shall
not be released unless and until he complies with the instructions to
the full satisfaction of Engineer-in-Charge.
2.7
LEADS
2.7.1 For the various works, in case of contradiction, leads mentioned in the
Schedule of Quantities shall prevail over those indicated in the Technical
specifications.
3.0
ROYALTY, INCOME TAX, SERVICE TAX AND PRICES
3.1
ROYALTY
3.1.1 All royalties etc., as may be required for any Borrow Areas, including
right of way etc., to be arranged by Contractor shall be deemed to have
been included in the quoted prices.
3.1.2 Contractor’s quoted rates should include the royalty on different applicable
items as per the prevailing State Government rates. In case, Owner is able
to obtain the exemption of royalty from the State Government the
Contractor shall pass on the same to Owner for all the items involving
royalty. Any increase in prevailing rate of royalty shall be borne by the
Contractor at no extra cost to the Owner.
3.2
INCOME TAX
3.2.1 Income Tax at the prevailing rate as applicable from time to time shall be
deducted from Contractor’s Bills as per Income Tax Act and quoted rates shall be
inclusive of this. Owner will issue the TDS (Tax Deduction at Source) Certificate.
3.3
FIRM PRICES
3.3.1 The contract price shall remain firm and fixed till the completion of work
in all respects and no escalation in prices on any account shall be
admissible to the Contractor except for statutory variations as per General
Terms and Conditions (GTC).
4
4.1
PROVIDENT FUND,LABOUR, LABOUR LAWS AND SITE REQUIREMENTS
PROVIDENT FUND
4.1.1 The
Contractor
shall
strictly
comply
with
the
provisions
of
Employees Provident Fund Act and register himself with Regional Provident Fund
Commissioner (RPFC) before commencing work. The Contractor shall deposit
Employees and Employers contributions to the RPFC every month. The
Contractor shall furnish along with each Running bill, the challan / receipt
BIDDER’S SEAL & SIGNATURE
Page 47 of 130
A.G.M-FINANCE
NOCCinfra
for the payment made to the RPFC for the preceding month. The
Contractor shall furnish the code number allotted by the RPFC Authority to
the Engineer-in-Charge before commencing the work.
4.1.2 In case the RPFC challan / receipt, as above, is not furnished, Owner
shall deduct
16% (sixteen
percent)
of
the
payable
amount
from
Contractor’s running bill and retain the same as a deposit. Such retained
amounts shall be refunded to Contractor on production of RPFC Challan /
receipt for the period covered by the related running bill.
4.2
LABOUR LICENSE
4.2.1 Before starting of work, Contractor shall obtain a license from concerned
authorities under the Contract Labour (Abolition and Regulation) Act 1970,
and furnish copy of the same to Owner.
4.3
LABOUR RELATIONS
4.3.1 In case of labour unrest/labour dispute arising out of non-implementation
of any law, the responsibility shall solely lie with the Contractor and they
shall remove/resolve the same satisfactorily at his cost and risk.
4.3.2
The Contractor shall at all times take all reasonable precautions to
prevent any unlawful, riotous or disorderly conduct by or amongst his staff
and labour and to preserve peace and protection of persons and property
in the neighbourhoods of the Works against such conduct.
4.4
EMPLOYMENT OF LOCAL LABOUR
4.4.1
The Contractor shall ensure that local labour skilled and / or unskilled,
to the extent available shall be employed in this work. In case of
non – availability of suitable labour in any category out of the above
persons, labour from outside may be employed.
4.4.2
The Contractor shall not recruit personnel of any category
from
among those who are already employed by other agencies working at
site but shall make maximum use of local labour available.
4.5
SITE CLEANING
4.5.1
The Contractor shall clean and keep clean the work site from time to
time to the satisfaction of the Engineer-in-Charge for easy access to
work site and to ensure safe passage, movement and working.
4.5.2
The Contractor shall dispose of the unserviceable materials, debris etc.,
to the earmarked area within the
premises or any other location
outside the premises as decided by the Engineer-in-Charge. No extra payment
shall be paid on this account.
4.5.3 REVIEW/APPROVAL
OF
DRAWINGS,
SUBMITTED BY CONTRACTOR
DESIGN
OTHER
DOCUMENTS
4.5.3.1 NOCCinfra/consultant will normally require and utilize a maximum time frame of
seven (07) working days from the date of Receipt for Review/Approval of
Drawings, Design and other documents submitted by Contractor. Upon Review of
the submitted documents, NOCCI may give their comments and ask for redesign/
resubmission after necessary rectifications/ modifications and the time frame of
7 working days will be applicable for same.
BIDDER’S SEAL & SIGNATURE
Page 48 of 130
A.G.M-FINANCE
NOCCinfra
4.6
PROTECTION OF EXISTING FACILITIES
4.6.1 Contractor shall obtain all clearance (work permit) from the Owner, as may
be required from time to time, prior to start of work. Work without
permit shall not be carried out within the existing premises.
4.6.2 Contractor shall obtain plans and full details of all existing and planned
facilities/services/utilities from the Owner and shall follow these plans
closely at all times during the performance of work. Contractor shall be
responsible
for location and protection of all facilities/utilities
and
structures at his own cost.
4.6.3 Despite all precautions, should any damage to any structure / utility etc. occur,
the
Contractor
shall contact the Owner/authority concerned and
Contractor shall forthwith carry out repair at his expenses under the
the
direction and
to the satisfaction of Engineer-in-Charge and
Owner/concerned authority.
4.6.3 Contractor shall take all precautions to ensure that no damage is caused
to
the
existing facilities etc.,
during construction.
Existing
structures/facilities/utilities damaged / disturbed during construction shall be
repaired and restored to their original condition by Contractor after
completion of construction to the complete satisfaction of Owner.
4.7
WORK FRONT
4.7.1 The work involved under this Contract may include such works as have
to be taken up and completed after other agencies have completed
their jobs. The Contractor will be required and bound to take up as and
when the fronts are available for the same and no claim of any sort
whatsoever shall be admissible to the Contractor on this account. Only
extension of time limit shall be admissible, if the availabilities of work
fronts to the Contractor are
delayed
due to any reason not attributable
to the Contractor and the same is clearly recorded.
4.8
SITE FACILITIES
4.8.1 The Contractor shall arrange for the following facilities at site,
workmen deployed/engaged by him / his sub-contractor, at his own cost:
i)
ii)
iii)
iv)
4.9
for
Arrangement for First Aid.
Arrangement for clean & potable drinking water.
A crèche where 10 or more women workers are having children
below the age of 6 years.
Any other facility/utility as may be required under the Contract as
per the existing legislation/regulations.
CONTRACTOR’S SITE OFFICE AND STORES
4.9.1 Owner shall provide land only for contractor’s site office and stores
and fabrication yard, if any at site. However, same shall be dismantled prior
to submission of Final Bill.
4.9.2 The Contractor shall remove all temporary buildings / facilities
before leaving the site after completion of works in all respect.
BIDDER’S SEAL & SIGNATURE
Page 49 of 130
etc.,
A.G.M-FINANCE
NOCCinfra
4.10
CONSTRUCTION POWER AND WATER
4.10.1 Owner shall
not provide power and the Contractor
shall be
exclusively responsible to make his own arrangements for supply
power, without any extra cost to the Owner.
of
4.10.2 Water required for the works shall be arranged by the Contractor. The
contractor has to make all necessary arrangement for drawing water
including making temporary storage, pumping etc.
4.11
CONSTRUCTION
4.11.1 RULES AND REGULATIONS
4.11.2 Contractor shall observe in addition to Codes specified in respective specification,
all national and local laws, ordinances, rules and regulations and
requirements pertaining to the work and shall be responsible for extra
costs arising from violations of the same.
5.0
PROCEDURES
5.1
Various procedures and
method
statements
to
be
adopted
by
Contractor during the construction as required as per the respective
specifications shall be submitted to Engineer-in-Charge in due time for
approval.
5.2
5.2.1
SECURITY
As the premises will be protected area, entry into the area shall
be restricted and may be governed by issue of photo gate passes.
The Contractor shall arrange to obtain through the Engineer-in-Charge, well
in advance, all necessary entry permits/gate passes for his staffs and
labourers and entry and exit of his men and materials shall be subject to
vigorous checking by the security staff. The Contractor shall not be eligible
for any claim or extension of time whatsoever on this account.
5.2.2
It shall be the responsibility of the contractor to safeguard all his
materials/owned from theft, damage etc. For this purpose the contractor shall
be allowed to keep his own security inside NOCCI premises
5.3
DRAWINGS AND DOCUMENTS
5.3.1
Drawings accompanying the Bidding Document are indicative of scope of
work and issued for bidding purpose only. Purpose of these drawings is to
enable the bidder to make an offer in line with the requirements of the
owner.
5.3.2
The contractor as per ‘scope of work’ shall carry out preparation of detailed
and working drawings. Detailed construction layout drawings as needed
shall be prepared by contractor and got reviewed/approved by Engineer-inCharge/Architect before taking up the work.
5.4
ROUNDING OFF
5.4.1
All payments to and recoveries from the Contractor shall be rounded off
to the nearest rupee. Wherever the amount to be paid / recovered consists
of a fraction of a rupee (paise), the amount shall be rounded off to the
next higher rupee if the fraction consists of 50 (fifty) paise or more and if
BIDDER’S SEAL & SIGNATURE
Page 50 of 130
A.G.M-FINANCE
NOCCinfra
the faction of a rupee is less than 50 (fifty) paise, the same shall be
ignored.
5.5
CONTRACTOR’S BILLING SYSTEM
5.5.1
NOCCinfra will provide an approved format for Measurement sheets, Bill
Summary and Bill Abstract. Contractor has to ensure that these data are
updated for each subsequent RA and Final Bill.
5.5.1 NOCCinfra will utilize these
Contractor’s bill.
data for processing
and verification of
the
5.6
SITE ORGANIZATION
5.6.1 The Contractor shall without prejudice to his overall responsibility to
execute and complete the works as per specifications and time schedule
progressively deploy adequate qualified and experienced personnel together
with skilled / unskilled manpower and augment the same as decided by
Engineer-in-Charge depending
on
the exigencies of work
to
suit the
construction schedule without any additional cost to Owner.
all necessary
superintendence during the
5.6.2 The Contractor shall provide
execution of the Works and as long thereafter as the Engineer-in-Charge
may consider
necessary for the
proper fulfilling of
the
Contractor’s obligations under the Contract Such superintendence shall
be given
by sufficient
persons
having adequate
knowledge
of the
operations
to be carried out (including the methods and techniques
required, the hazards likely
to
be
encountered
and
methods
of
preventing accidents) for the satisfactory and safe execution of the Work.
The workmen
deployed
by the Contractor should also possess the
necessary license etc., if required under the existing laws, rules and
regulations.
5.7
ADDITIONAL / EXTRA WORKS
Owner reserves the right to execute any additional works / extra works,
during the execution of work, either by themselves or by appointing any other
agency, even though such works are incidental to and necessary for the
completion of works awarded to the Contractor.
5.8
RESPONSIBILITY OF CONTRACTOR
5.8.1 It shall be the responsibility of the contractor to obtain the approval for
any revision and/or modifications decided by the contractor from the
Owner / Engineer-in-Charge before implementation. Also such revisions and /
or modifications if accepted / approved by the Owner / Engineer-in-Charge
shall be carried out at no extra cost to the owner. Any change required
during functional requirements or for efficient running of system, keeping
the basic parameters unchanged and which has not been indicated by the
contractor in the data / drawings furnished along with the offer shall be
carried out by the contractor at no extra cost to the owner.
5.8.2 All expenses towards mobilization at site and
demobilization including
bringing in equipment, work force, materials, dismantling the equipment,
clearing the site etc. shall be deemed to be included in the prices quoted
and no separate payments on account of such expenses shall be entertained.
5.8.3 It shall be entirely the contractor’s responsibility
BIDDER’S SEAL & SIGNATURE
Page 51 of 130
to provide, operate and
A.G.M-FINANCE
NOCCinfra
maintain all necessary construction equipment, steel scaffoldings and safety
gadgets, cranes and other lifting tackles, tools and appliances to perform
the work in a workman like and efficient manner and complete all the
jobs as per time schedule.
5.8.4 Preparing approaches and working area for the movement of his men and
machinery.
5.8.5 The procurement and supply in sequences and at the appropriate time of
all
materials,
and consumables shall be entirely the
contractor’s
responsibility and his rates for execution of work will be inclusive of
supply of all these items.
5.9
COORDINATION WITH OTHER AGENCIES
5.9.1 Contractor shall be responsible for proper coordination with other agencies
operating
at the site of
work so that work may be
carried
out
concurrently, without any hindrance to others. The Engineer – in – Charge
shall resolve disputes, if any, in this regard, and his decision shall be final
and binding on the Contractor.
5.10 UNDERGROUND AND OVERHEAD STRUCTURES
5.10.1 The Contractor will familiarize himself with and obtain information
and details from the Owner in respect of all existing structures, and
utilities existing
at
the
job
site
before
commencing
work.
The
Contractor shall execute the work in such a manner that the said
structures, utilities, etc. are not disturbed or damaged, and shall indemnify
and keep indemnified the Owner from and against any destruction thereof
or damages thereto.
5.11
DOCUMENTS REQUIRED WITH FINAL BILL
5.11.1 Statement of final bills – issue of No Claim/ No Due Certificate
5.11.2 The Contractor shall furnish a No-Claim/No-Due declaration indicating that
there are no balance dues to his sub-vendor/sub-contractors/labour
contractors along with the Final Bill.
5.12
WORKING HOURS
5.12.1 Depending upon the requirement, time
schedule
/
drawing/
programme and the target set to complete the job in time, the works
may also have to continue beyond normal working hours/night hours /
holidays or during such periods without causing any inconvenience to the
neighbours/others with due permission from EIC, for which no extra claim
shall be entertained. However for all such working contractor’s responsible
representative shall be available at site to receive the work permit to be
issued by N O C C I w ithout responsible representative of the contractor, no
work shall be allowed inside the premises.
6.0
TESTS, INSPECTION AND COMPLETION
6.1
6.1.1
TESTS AND INSPECTION
The Contractor shall carry out the various tests as enumerated in
the technical specifications of this Bidding Document and technical
documents that will be furnished to him during the performance of the
work at no extra cost to the Owner.
BIDDER’S SEAL & SIGNATURE
Page 52 of 130
A.G.M-FINANCE
NOCCinfra
6.1.2
All the tests either on the field or at outside laboratories concerning
the execution of the work and supply of materials by the Contractor shall
be carried out by Contractor at his cost.
6.1.3
The work is subject to inspection at all times by the Engineer-inCharge. The Contractor shall carry out all instructions given during
inspection and shall ensure that the work is being carried out according to the
technical specifications of this bidding document, the technical documents
that will be furnished to him during performance of work and the relevant
codes of practice.
6.1.4
Compressed air for carrying out works ,if required shall be arranged by
the Contractor at his own cost.
6.1.5
For material supplied by Owner, Contractor shall carry out the
tests, if required by the Engineer-in-Charge, and the cost of such
tests shall
be reimbursed by the Owner at actual to the Contractor on
production of documentary evidence.
6.1.6
All
results
of
inspection
and
tests
will
be
recorded
in
the
inspection reports,
proforma
of
which
will be
approved
by the
Engineer-in-Charge. These reports shall form part of the completion
documents. Any work not conforming to execution drawings, specifications
or codes shall be rejected and the Contractor
shall carry out the
rectifications at his own cost.
6.2
FINAL INSPECTION
After completion of all tests as per specification the whole work will
be subject to a final inspection to ensure that job has been completed as per
requirement. If any defect is noticed, the Contractor will be notified
by the Engineer-in-Charge and he shall make good the defects with
utmost speed. If however, the Contractor fails to attend to these defects within a
reasonable time (time period shall be fixed by the Engineer-in-Charge) then
Engineer-in-Charge may have defects rectified at Contractor’s cost.
6.3
INSPECTION OF SUPPLY ITEMS
6.3.1
All inspection and tests on bought out items shall be made as required
by specifications forming part of this contract. Various stages of
inspection and testing shall be
identified
after
receipt
of
Quality Assurance Programme from the contractor / manufacturer.
6.3.2
Inspection calls shall be given for association
of Owner , as per
mutually agreed programme in prescribed proforma , giving details of
equipment and attaching
relevant
test
certificates
and
internal
inspection report of the contractor. All drawings, general arrangement and
other contract drawings, specifications,
catalogues etc. pertaining to
equipment offered for inspection shall be got approved by Owner and
copies shall be made available to Owner before hand for undertaking
inspection.
The contractor shall ensure full and free access to the inspection engineer
of Owner at the contractor’s or their sub-contractor’s premises at any
time during contract period to facilitate him to carry out inspection and testing
assignments.
6.3.3
BIDDER’S SEAL & SIGNATURE
Page 53 of 130
A.G.M-FINANCE
NOCCinfra
6.3.4
The contractor / sub – contractor shall provide all instruments,
tools,
necessary testing and other inspection facilities to inspection engineer of
Owner free of cost for carrying out inspection.
6.3.5
Where facilities for testing do not exist in the contractor’s / subcontractor’s laboratories, samples and test pieces shall be drawn by
the contractor / sub-contractor in presence of Inspection Engineer of
Owner and duly sealed by the later and sent for tests in Government
approved test house or any other testing laboratories approved by the
Inspection Engineer at the contractor’s cost.
6.3.6
The contractor shall comply with the instructions of the Inspection
Engineer fully and with promptitude.
6.3.7
The contractor shall ensure that the equipment / assemblies / component
of the plant and equipment required to be inspected are not assembled or
dispatched before inspection.
6.3.8
The contractor shall not offer equipment for inspection in painted
conditions unless otherwise agreed in writing with the Owner .
The contractor shall ensure that the parts once rejected by the
inspection engineer are not used in the manufacture of the plant and
equipment. Where parts rejected by the inspection engineer have been
rectified or altered, such parts shall be segregated for separate inspection and
approval, before being used in the work.
6.3.9
6.3.10
On satisfactory completion of final inspection and testing, all accepted
part of the work and
equipment shall
be stamped suitably and
inspection certificate
shall
be
stamped suitably
and
inspection
certificate shall be issued in requisite copies for all accepted items. For
stage inspection and for rejected items, only inspection memo shall be
issued indicating therein the details of observations and remarks.
6.3.11
All inspections
and
tests
shall
be
made
as
required
by
the
specifications forming part of this contract. Contractor shall advise
NOCCI in writing at least fifteen days in advance of the date of
final
inspection / tests. Manufacturers inspection or testing certificate for
equipment and materials supplied may be considered for acceptance, at
the discretion of Engineer- in-Charge. All costs towards testing etc. shall
be borne by the contractor within their quoted rates.
6.4
DOCUMENTATION
6.4.1
COMPLETION DOCUMENTS
a)
The following documents shall also be submitted
in triplicate as part of completion documents:
Test certificate for materials supplied by the Contractor.
b)
Certified records of field tests on materials / equipment, as applicable.
c)
d)
Material appropriation statement as required.
Six sets of drawings showing therein the as built conditions of the work
duly approved by the Engineer-in-Charge along with one set of reproducible
on
polyester film (drawings prepared by Contractor) along with soft form of the
same.
e)
Other documents as mentioned in Technical Specification.
BIDDER’S SEAL & SIGNATURE
Page 54 of 130
by
the
Contractor
A.G.M-FINANCE
NOCCinfra
6.4.2 “AS BUILT” DRAWINGS
Upon completion of work, the Contractor shall complete all drawings to “As
built” status (including all vendor / Sub – vendor’s drawings for bought out items)
and provide the Owner, the following :
a. One complete set of all original tracings / reproducible along with the soft
form of the same.
b. Six complete sets of prints.
The following Drawings / Documents are required to be submitted well in advance by
the Contractor before acceptance of the Work by NOCCI to facilitate NOCCinfra to go
through the Drawings / Documents so as to satisfy himself before issuing the certificate
for Acceptance of the work. The "as built” documentation shall consist of:
A. Plot plan duly indicating the initial spot levels.(Original with 3 copies)
B. Plot plan duly indicating the final spot /invert levels.(3 copies)
C. Plot plan duly indicating the grid lines, FGL in each block, coordinate(s) of pillar and
their levels.(6 copies +1 CD in AutoCAD format )
D. All laboratory test results (3 copies)
E. All field test results (3 copies)
F. Level Book (Original)
G. Joint Measurement record (Original)
H. The set of correspondences/drawings/approvals
obtained from Railways (triplicate)
I. Construction/ As built drawings of culverts
7.0 OTHERS
7.1 DISPUTE SETTLEMENT BETWEEN GOVT. DEPT. / PSU & PSE
7.1.1 In the event of any disputes or differences between the Contractor and the
Owner, if the Contractor is a Government department, a Government
company or an undertaking in the public sector, then such disputes
or differences shall be resolved amicably by mutual consultation or
through the good offices or empowered agencies of the Government. If
such resolution is not possible, then the unresolved disputes or differences
shall be referred to arbitration of an arbitrator to be nominated by
the Secretary. Department of legal affairs (Law Secretary) in terms of
the Office Memorandum No. 55 / 1 / 75 – CF dated 19th December 1975 issued
by the Cabinet Secretariat (Dept. of Cabinet Affairs) as modified from time
to time. The Arbitration Conciliation Act 1996 shall not be applicable to the
arbitrator under this clause. The award of the arbitrator shall be binding
upon parties to the dispute, provided, however any party aggrieved by such
award may make a further reference for setting aside or revision of the
award to Law Secretary whose decision shall bind the parties finally and
conclusively.
7.2
PROJECT SCHEDULING AND MONITORING
7.2.1 The following schedules / documents / reports shall be prepared and submitted
by the CONTRACTOR for review / approval at various stages of the
contract.
BIDDER’S SEAL & SIGNATURE
Page 55 of 130
A.G.M-FINANCE
NOCCinfra
7.2.3 AFTER PLACEMENT OF PURCHASE ORDER
Upon placement of Work Order, Contractor has to furnish a detailed bar chart
within 15 days of issue of FOI/LOI.
7.2.4
PROJECT REVIEW MEETINGS
7.2.4.1 The CONTRACTOR shall present the programme and status at various
review meetings as required.
MONTHLY REVIEW MEETING
Level of Participation: Senior Officers of Owner & Contractor.
a)
b)
Agenda
Progress Status/ statistics.
Completion Outlook
c)
Major hold ups / slippages.
d)
Assistance required.
e)
Critical issues.
f)
Client query / approval.
.
NOCCi BUSINESS PARK
3rd Floor of Trade Tower
At-Bampada, Post-Chanpur, Balasore.
Pin-756056, Near Birla Tyre,
Opposite of CIPET.
VENUE :
Ph-06782-255966 / 967
7.2.5 PROGRESS REPORTS
I)
MONTHLY PROGRESS REPORT
This report shall be submitted in three copies on a monthly basis within
Ten calendar days from cut-off date as agreed upon, covering overall scenario
of the work. The report shall include but not be limited to the following :
a)
b)
c)
d)
e)
f)
g)
Brief introduction of the work.
Activities executed / achievements during the month.
Scheduled vs actual percentage progress and progress curves
for sub-ordering,
manufacturing / delivery,
sub-contracting,
construction activities and overall quantum wise status of purchase
orders against scheduled.
Areas of concern / problems / hold ups, impact and action plans.
Resource deployment status.
Annexure giving status summary for Material Requisitions and
deliveries, sub-contracting and construction
Photographs of progress (3 sets) to be furnished by contractor.
Distribution: OWNER
BIDDER’S SEAL & SIGNATURE
Two copies & One at Site.
Page 56 of 130
A.G.M-FINANCE
NOCCinfra
II)
DAILY REPORT:
Daily report in duplicate as out lined in 2.2.4 of SCC and any other additional
information/data/guideline/job procedure sought by Engineer-in-Charge shall be
submitted without fail to NOCCI at site by contractor.
7.3
GENERAL ENVIRONMENT REQUIREMENT
The contractor has to ensure efficient use of natural resources like
water, fuel
oil
and
lubricants.
The contractor
should ensure proper
awareness to workers to maintain a green and clean environment inside
/ outside the building premises. The contractor must collect and dispose
of all the waste and scrap materials at the designated place only as
directed by Engineer – in Charge.
7.4
GUARANTEE/DEFECTS LIABILITY PERIOD:
The Contractor shall be guarantee satisfactory working of the installation
erected by him, for a period of 18 months from the date of commercial
operation or from the date of provisional acceptance by Railways.
BIDDER’S SEAL & SIGNATURE
Page 57 of 130
A.G.M-FINANCE
NOCCinfra
SAFETY, HEALTH AND ENVIRONMENT REQUIREMENTS (SHE POLICY)
SAFETY, HEALTH & ENVIRONMENT POLICY
SPECIFICATION
MANAGEMENT
FOR
SAFETY
HEALTH
AND
ENVIRONMENT
(SHE)
CONTENTS
CLAUSE NO.
TITLE
1.0
SCOPE
2.0
REFERENCES
3.0
REQUIREMENT OF SAFETY, HEALTH AND
ENVIRONMENT (SHE)
3.1
MANAGEMENT RESPONSIBILITY
3.2
HOUSE KEEPING
3.3
SAFETY, HEALTH & ENVIRONMENT
4.0
DETAILS OF SHE MANAGEMENT
SYSTEM BY CONTRACTOR
1.0
4.1
ON AWARD OF CONTRACT
4.2
DURING JOB EXECUTION
SCOPE
This specification establishes the Safety Health and Environment (SHE)
management requirement to be complied with by the Contractors during
construction.
Requirements
requirements
legislations.
Specifications.
requirements,
stipulated in this specification shall supplement the
of SHE
Management
given
in relevant
Act (s) /
General
Conditions
of Contract
(GCC), and
Job
Where
different
documents
stipulate
different
the most stringent shall be adopted.
BIDDER’S SEAL & SIGNATURE
Page 58 of 130
A.G.M-FINANCE
NOCCinfra
2.0
REFERENCES
This document should be read in conjunction with following:
-
General Conditions of Contract (GCC)
Special Conditions of Contract (SCC)
Job Specifications
3.0
REQUIREMENTS OF SAFETY
HEALTH
&
ENVIRONMENT
MANAGEMENT SYSTEM TO BE COMPLIED BY BIDDERS
3.1
MANAGEMENT RESPONSIBILITY
(SHE)
3.1.1 The Contractor should have a documented SHE policy to cover
commitment of their
organization to
ensure
health,
safety
and
environment aspects in their line of operations.
3.1.2 The SHE management system of the Contractor shall cover the SHE
requirements including but not limited to what is specified under Para
1.0 and para 2.0 above.
3.1.3 Contractor shall be fully responsible for planning and implementing
SHE
requirements. Contractor as a minimum requirement shall designate / deploy
the following to co-ordinate the above: No. of workers deployed
Up to 250
- Designate one safety supervisor
Above 250 & up to 500 - Deploy one qualified and experienced safety
Engineer/ officer
Above 500
- One
additional safety (for every 500 or less)
engineer/officer as above.
Contractor shall indemnify & hold harmless Owner / NOCCI
representatives free from any and all liabilities arising out
of
fulfillments of SHE requirements.
3.1.4 The
Contractor
(SHE) requirements
levels at site.
& either
non
–
shall ensure that the Safety, Health and Environment
are clearly understood & faithfully implemented at all
3.1.5 The Contractor shall promote and develop consciousness for Safety ,
Health and Environment among all personnel working for the Contractor.
Regular awareness, program site meetings shall be arranged on SHE
activities
to
cover
hazards involved in various operations during
construction.
3.1.6 Arrange suitable first aid measures such as First Aid Box, trained
personnel to give First Aid, Stand by Ambulance or Vehicle and install fire
protection measures such as : adequate number of steel buckets with sand and
adequate fire extinguishers to the satisfaction of NOCCinfra/Owner.
BIDDER’S SEAL & SIGNATURE
Page 59 of 130
A.G.M-FINANCE
NOCCinfra
3.1.7 The Contractor shall evolve a comprehensive planned and documented
system for implementation and monitoring of the SHE requirements. This
shall be submitted to NOCCI/Owner for approval.
The monitoring
for
implementation shall be done by regular inspections and compliance to
the
observations
thereof.
The
Contractor shall
get
similar
SHE
requirements implemented at his sub-contractor(s) work site/office. However,
compliance
of SHE
requirements shall be
the sole responsibility
of the Contractor. Any review / approval by NOCCinfra/Owner shall not
absolve contractor of his responsibility /liability
in
relation to all HSE
requirements.
3.1.8 Non-Conformance on SHE by Contractor (including his Sub-contractors) as
brought out during review/ audit by NOCCinfra /Owner representatives shall be
resolved forthwith by Contractor. Compliance report shall be provided to
NOCCinra /Owner.
3.1.9 The Contractor shall ensure participation of his Resident Engineer /
Site-in-Charge in the Safety Committee / SHE Committees meetings arranged by
NOCCI /Owner. The compliance of any observations shall be arranged urgently.
He shall assist NOCCI /Owner to achieve the targets set by them on SHE
during the project implementation.
3.1.10 The Contractor shall adhere consistently to all provisions of SHE
requirements. In case of non-compliance or continuous failure in implementation
of any of SHE provisions; NOCCI /Owner may impose stoppage of work
without any Cost & Time implication to Owner and/or impose a suitable
penalty for non-compliance with a notice of suitable period, up to a
cumulative limit of 1.0% (one percent) of Contract Value with a
maximum limit of Rs. 10 lakhs. This penalty shall be in addition to all
other penalties specified elsewhere in the contract. The decision of
imposing stoppage work, its extent & monitory penalty shall rest with
NOCCI /Owner & binding on the Contractor.
3.1.11All fatal accidents and other personnel accidents shall be investigated by a
team of Contractor’s
senior personnel for root cause & recommend
corrective
and
preventive actions. Findings shall be documented
and
suitable actions taken to avoid recurrences shall be communicated to
NOCCinfra /Owner. Owner / NOCCinfra
shall have the liberty to
independently investigate such occurrences and Contractor shall extend
all necessary help and co-operation in this regard.
3.2
HOUSE KEEPING
3.2.1 Contractor shall ensure that a high degree of housekeeping is
maintained and shall ensure inter alia the followings wherever applicable:
a. All surplus earth and debris are removed/disposed
the working areas to identified location(s).
off
from
b. Unused/Surplus Cables,
Steel items and steel scrap lying
scattered at different places within the working areas are removed to
identified location(s).
c. All wooden scrap, empty wooden cable drums and other
combustible packing materials,
shall
be
removed from
work
place to identified location(s).
BIDDER’S SEAL & SIGNATURE
Page 60 of 130
A.G.M-FINANCE
NOCCinfra
d. Roads shall be kept clear and materials like: pipes, steel,
sand boulders, concrete, chips and bricks etc. shall not be allowed
on the roads to obstruct free movement of men & machineries.
e. Fabricated steel structural, pipes & piping materials shall be
stacked properly for erection.
f. Water logging on roads shall not be allowed.
g.
No parking of trucks / trolleys, cranes and trailers etc.
shall be allowed on roads which may obstruct the traffic movement.
h. Utmost care shall be taken to ensure over all cleanliness and
proper upkeep of the working areas.
3.3
i.
Trucks carrying sand, earth and pulverized materials etc. shall be
covered while moving within the premises.
j
Only properly designed steel scaffolding materials to be used for
working at heights more than 3.0M . Double scaffolding using
wooden ballis may be allowed for working at height less than 3.0M
SAFETY, HEALTH AND ENVIRONMENT
3.3.1 The Contractor shall provide safe means of access to any working place
including provisions of suitable and sufficient scaffolding at various stages
during all operations of the work for the safety of his workmen, and,
NOCCI /Owner. Contractor shall ensure deployment of appropriate equipment
and appliances for adequate safety
and
health
of the workmen
and
protection of surrounding areas.
3.3.2 The Contractor shall ensure that all their staff and workers including
their sub-contractor(s) shall wear Safety Helmet and Safety shoes. Contractor
shall also ensure use of safety belt, protective goggles, gloves etc. by the
personnel as per job requirements. All these gadgets shall conform to relevant IS
specifications or equivalent.
3.3.3 Contractor shall ensure that a proper Safety Net System shall be used
at appropriate locations. The safety net shall be located not more than 30
feet (9.0 meters) below the working surface at site to arrest or to reduce
the consequences of a possible fall of persons working at different heights.
3.3.4 Contractor shall ensure that flash back arrester shall be used
using Gas Cylinders at site. Cylinders shall be mounted on trolleys.
while
3.3.5 The Contractor shall assign to his workmen, tasks commensurate with
their qualification, experience and state of health for driving
of vehicles,
handling and erection of materials and equipments. All lifting equipments
shall be tested certified for its capacity before use. Adequate and suitable
lighting at every work place and approach there to, shall be provided by
the Contractor before starting the actual operations at night.
3.3.6 Hazardous and/or toxic materials such as solvent coating, or thinners
shall be stored in appropriate containers.
BIDDER’S SEAL & SIGNATURE
Page 61 of 130
A.G.M-FINANCE
NOCCinfra
3.3.7 All hazardous materials shall be labelled with the name of the
materials, the hazards associated with its use and necessary precautions
to be taken.
3.3.8 Contractor shall ensure that during the performance of the work,
all hazards to be health of personnel, have been identified, assessed
and eliminated.
3.3.9 Chemical
spills shall be contained
prevent further contamination.
&
cleaned
up
immediately
to
3.3.10 All
personnel exposed
to physical agents such as
ionizing radiation,
ultraviolet rays or similar other physical agents shall be provided
with adequate shielding or protection commensurate with the type of
exposure involved.
3.3.11 Where contact or exposure of hazardous materials could exceed limits
or could otherwise have harmful effects, appropriate personal protective
equipments such as gloves, goggles, aprons, chemical resistant clothing and
respirator shall be used.
3.3.12 A Crèche where 10 or more female workers are having children below
the age of 6 years. Reasonable
Canteen facilities are made available at
appropriate location depending upon site conditions.
3.3.13Suitable facilities for toilet, drinking water, proper lighting shall be provided at site
and labour camps, commensurate with applicable Laws / Legislation.
3.3.14 Contractor shall ensure storage and utilization methodology of materials that are
not detrimental to the environment. Where required Contractor shall ensure
that only the environment friendly materials are selected.
3.3.15 All persons deployed at site shall be knowledgeable of and comply with
the environmental laws, rules
&
regulations
relating
to
the
hazardous materials substances and wastes. Contractor shall not dump,
release
or otherwise discharge or dispose of any such materials without the
express authorization of NOCCinfra /Owner.
4.0
4.1
DETAILS OF SHE MANAGEMENT SYSTEM BY CONTRACTOR
On Award of Contract
The Contractor shall prior to start of work submit
his Safety Health and
Environment Manual or procedure and SHE Plans for approval by NOCCI
/Owner. The Contractor shall participate in the pre-start meeting with
NOCCinfra /Owner to finalize SHE Plans including the following:
-
-
Job procedure to be followed by Contractor for activities covering.
Handling
of
equipment,
Scaffolding,
Electric
Installation,
describing the risks involved, actions to be taken and methodology
for monitoring each activity.
NOCCinfra /Owner review / audit requirement.
Organization structure along with responsibility and authority records /
reports etc, on SHE activities.
BIDDER’S SEAL & SIGNATURE
Page 62 of 130
A.G.M-FINANCE
NOCCinfra
4.2
During job execution
4.2.1 Implement approved Safety Health, and Environment management procedure
including but not limited to as brought out under para 3.0. Contractor shall
also ensure to:
- arrange workmen compensation insurance, registration
third party liability insurance etc., as applicable.
under
ESI
Act,
- arrange all HSE permits before start of activities (as applicable) like hot
work, confined space, work at heights, storage of chemical / explosive
materials and its use and implement all precautions mentioned therein.
- submit timely the completed checklist on SHE activities, Monthly SHE
report, accident reports, investigation reports etc. as per NOCCinfra
/Owner requirements.
Compliance of instructions
on
SHE
shall be
done
by Contractor and informed urgently to NOCCinfra /Owner.
- ensure that Resident Engineer / Site-in-Charge of the Contractor shall
attend all the Safety Committee / SHE meetings arranged by NOCCinfra /Owner.
Only in case of his absence from site that a second senior most person shall
be nominated by him in advance and communicated to NOCCinfra /Owner.
- display at site office and work locations caution boards, list of hospitals,
emergency services available.
-
-
provide posters, banners for safe working to promote safety
consciousness.
carryout audits / inspection at sub contractor works as per
approved SHE document and submit the reports for NOCCinfra
/Owner review.
assist in SHE audits by NOCCinfra /Owner, and submit compliance
report.
-
generate & submit HSE records / report as per SHE Plan.
-
appraise NOCCinfra /Owner on SHE activities at site.
BIDDER’S SEAL & SIGNATURE
Page 63 of 130
A.G.M-FINANCE
NOCCinfra
TECHNICAL SPECIFICATIONS FOR MATERIALS/EQUIPMENTS OF THE BOQ
PREPARED FOR “N E W BLOCK STATION UNDER NOCCinfra
1.0
SCOPE OF WORK: NOCCI inviting tender for alteration of Panel Interlocking
with MACL Signaling & Locking arrangement work in connection with
construction of Railway Siding from existing Rail head at new railway siding
taking off from New Block Station on Nilgiri Ballast Siding, Balasore under
Kharagpur Division of South Eastern Railway.
2.0
The Signaling and Telecom materials to be supplied by the contractor
amendments
as per specifications/drawing with latest revisions &
indicated in the different
items of the supply and execution schedules.
Specifications and drawings may be purchased from RDSO or to be collected
by the Contractor except otherwise mentioned.
3.0
CABLE LAYLING
3.1
CABLE PLAN:
Cable plan with distribution chart for each cable shall be prepared for
each station by the contractor leaving adequate spare conductors in each
cable as laid down in para 15.3.2 of chapter XV of pt.II SEM i.e. 20% of
working conductors on each cable shall be left spare up to outer most points and
10% beyond outer most points. A distance of approximately 10 cm. must be
maintained between Telecommunication cable and Signalling cables. The
Signaling cables must be separated from Power cables by a row of bricks
between them.
3.2
CABLE TRENCH :
Excavation
of cable trench shall be made in all kinds of soils including
clearing roots of trees, rocks etc. to a depth of 1.0 M and to a width of not less
than 0.35 M provide proper protection as required by Railways while
crossing Power cables, pipe lines etc. The bottom of the Trench shall be leveled
and got rid of any sharp materials. Trenches shall be straight as far as possible
and steep angles shall be avoided. Alignment of the Main cable route as well as
track/road crossings will be indicated in the Cable layout Plan.
(a)
Signaling/Power cables shall be laid as close to the track as possible in
the station limit but not less than 3 m from the nearest track centre. The
cable track separation distance both within station limits and in the block
section generally not to exceed 6 m. However outside the station limits, the
cables should generally be laid at not less than 5.5 m from the centre or the
nearest track.
(b)
It is desirable that the excavation of trenches is not done in long lengths
and does not remain uncovered overnight. It is preferable that trenches are
dug, cable laid and refilling done on the same day.
Wherever if rock formation is experienced and trenching cannot be done to
a depth of 1m, the trench shall be dug as far as possible and protective
measures taken to avoid damages of cable as decided by site Engineer.
However, the minimum depth shall not be less than 300 mm for laying
RCC pipes in hard moorum. Whenever rocky soil is experienced, concerting
has to be done for a depth of 150 mm after laying the cables to protect them.
(c)
BIDDER’S SEAL & SIGNATURE
Page 64 of 130
A.G.M-FINANCE
NOCCinfra
(d)
During excavation of the trenches, the earth should not be thrown on the
ballast. The earth should be thrown by the side of the trenches, away from
the track. Complete excavated earth shall be back filled in the trench after
laying the cable and well rammed.
(e)
Wherever Power Cables are to be laid along with other cables bricks are to
be laid lengthwise approximately, five bricks per meter for separating Power
Cables from other Signaling Cables.
(f)
Spreading of river sand in the excavated cable trench to a depth of 75mm
and after laying of underground Signaling cables/Power cable as per the
cable plan covering the cable, with river sand to a depth of 75mm. The river
sand shall be spread in the cable trench in the station section.
(g)
Before the cables are laid, a visual inspection of cable shall be made
and it shall be tested for insulation and continuity of cores. The insulation
resistance of new cable shall not be below 500 Mega Ohms per KM at 20
degrees Celcious. If there is wide disparity between insulation of different
conductors,
the conditions of the cable should
be thoroughly checked before permitting its use. Bedding and armoring shall
be inspected to see that there has been no damage during transit or in
storage. In case where the wheels are not available or the area is not convenient
for rolling the wheels along with route, the drum shall be mounted on the axle
at one end of trench and cable paved out. It should be carried out by adequate
number of men ensuring that the insulation of the cable is not damaged and no
kink/twist
is formed. In no case shall the drum be rolled on the road for
laying of cables and the cable dragged on the ground for laying purposes. The
cables shall be laid gently into the trench and not thrown out under any
circumstances. Before laying of cable in the trench, a visual inspection shall
be adequate for any damage or defect througho ut its length.
Normally, cable laying should be commenced only after the Relay room and cable
termination box on the route at the respective stations are ready, and the
cable should be duly terminated at the Relay room/Location Boxes, immediately
after the cables are laid. However, if for any reasons the cables are to be laid in
advance, special care should be taken to ensure that the coiled cable near
the relay room/Location
Box is fully protected
before
and during final
termination. The coiled cable should be fully covered with a layer of bricks in its
entire length and provided with adequate number of cable markers. On no
occasion the ends of the cable should be left unprotected. The cable ends shall be
sealed with cable sealing compound.
All the cable terminals shall be written
describing the function.
(h)
At each
end of the Main cable/Tail cable/Power cables an
length of 6 to 8 m should be kept.
(i)
At the time of commissioning of cables, the insulation values of the cable
should again be checked and the value obtained shall not be below 500 mega
Ohms per KM at 20 degree C. If there is wide disparity between insulation of
different conductors,
the conditions
of the cable
should
be thoroughly
checked before permitting its use. The reading shall be recorded in the register
for all cables.
(j)
extra
coil
The Contractor thereafter shall supply the completion cable layout/termination
plan and cable route plan
showing
the distance of cables from the nearest
track centre at every 30 M interval and location
of Location
boxes. The
distance of location box from nearest track centre shall be indicated.
BIDDER’S SEAL & SIGNATURE
Page 65 of 130
A.G.M-FINANCE
NOCCinfra
(k)
Contractor shall be fully responsible for making necessary
preventive
arrangements to avoid theft/damage to cables, during construction period
and also upto handing over of station after commissioning.
3.3
TRACK/ROAD CROSSINGS
Wherever Signaling / Telecom cable has to cross the track / road, it shall be
ensured that:
1.
2.
3.
4.
5.
The cable crosses the track/road at right angles.
The cable normally does not cross in between or inside points and
crossings.
The track/road crossings to be carried out as per the railway/NOCCinfra
engineer I/C instruction.
The work includes removal of ballast, cutting of trench across track/road
at the places indicated by the Site Engineer and covering the trenches after
placing RCC pipe/pipes in position.
RCC pipe/pipes 75-80 m inner dia shall be provided
for track/road
crossings. For each track crossings, two numbers of RCC pipes each 2 M
long with collar shall be provided. For each road crossing, required
number of RCC pipes each 2 M long with collar shall be provided
depending upon the width of the road.
4.0
FOUNDATIONS
4.1
The top level of the foundation shall be in level with the existing rail
level. The proportion
of cement, sand, ballast shall be in the
proportion of 1:3:6 for casting foundations for signals, location
boxes, and the proportion will be cured for a period not less than 7
days.
Fine aggregate must consist of sand, stone ballast not exceeding
25mm x 25mm size and cement. The sand and ballast must be
clean and free from soil, clay, shells, soft or flaky materials or any
vegetable. Ballast must be washed when necessary to ensure
cleanliness.
Sand used must be tidal river sand and must be free from any salts.
Water used for mixing must be clean and free from any oil, alkali, and
acid.
Materials for concrete must be carefully and accurately measured for
every batch.
Mixing must be done in a mixing trough or a M.S. Sheet which should
not be more than half full at the time of mixing. Two men shall use
square ended shovels and not phowrahs. Water must be added by
pouring water must be continuous until all materials and water are
thoroughly mixed and uniformly combined.
When batch if fully mixed, it must be used without any delay. The
aggregate shall be deposited in uniform layer not exceeding 15 cms.
Tamping and spreading of each layer to be done as to cause it to settle
thoroughly in the form and produce a dense mass.
Forms must be drenched with water before the concrete is placed
against them and must not be removed in less than 36 hours afterwards.
A template for each foundation should be prepared suiting the holes in
the base of the location box or signal post (for which foundation is cast)
in order to hold the anchor bolts in position till the foundation is cured.
4.2
4.3
4.4
4.5
4.6
4.7
4.8
4.9
BIDDER’S SEAL & SIGNATURE
Page 66 of 130
A.G.M-FINANCE
NOCCinfra
4.10
The template shall be removed before the top of the foundation is given fine
finishing.
The exterior surface of the foundation should be finely finished leaving 4
cms. of thread portion of the anchor bolt free to enable erection of signal
post or location boxes. All foundations shall be cast under the direct
supervision of the Site Engineer of the work. Curing must be done for all
foundation for not less than 7 days.
5
LOCATION BOX/ APPARATUS CASE
The work consists of pit excavation, casting foundations with bolts of
adequate size having cement concrete of ratio of 1: 3: 6 with stone ballast
of 40 mm size. The position of Location Boxes will be finalized by the Site
Engineer. It shall be fixed taking care that staff working on location boxes
does not in danger from running train.
5.1
All Location Boxes/safety battery boxes shall be erected on concrete
foundation and plumbed. It should be clear of infringement when the
doors kept open perpendicular to the track. All foundations shall be
plastered on all sides and earth work shall be made upto the required level.
All the Location Box/battery boxes used shall be painted on inner side
with white paint before fixing the shelf planks and terminal board
after a primary coating with red oxide and with Aluminum paint on
outer side after installation at site.
Teak Wood planks of 20 to 25 mm thick to be used and planned for
fixing ARA Terminal/ fuse block. Wood screws of proper size shall be
used. Size of terminal boards and shelf planks shall be finalized by
Railways Site Engineer. Two holes on either side of terminal/fuse block shall
be made if required for carrying out wiring termination.
Shelf plank be
securely fixed in level on suitable M.S. angle brackets. Wood
polish/varnish
of good quality shall be applied before fixing
terminal/gadgets. In place of teak wood thick 10mm Hylam sheet of P-3
grade may also be used.
5.2
5.3
The underground Signaling cable shall be taken into the Location
Box/battery boxes and properly secured by wooden clamps/cable
gland plates.
5.4
The cables shall be neatly skinned, bunched and terminated. All cores
of cable shall be terminated on the terminal board at locations and in
Relay rack at the required places in the order as approved by Site
Engineer. All the power cables (Aluminum) shall be provided with
aluminum lugs using crimping tool.
5.5
All Location Boxes shall be provided with 'E' type lock arrangements
on one or both the doors as per instructions at site. Contractor
shall procure material and fabricate for fixing of 'E' type lock if such
provision did not exist on the Location.
5.6
After all the Signalling cables are taken inside the Location
Box/battery box the side opening shall be closed with masonry work
and plastered. The inner side is then filled with sand and finally the
bottom is sealed with sealing compound.
5.7
armours of all the cables and Location Box/battery box
be earthed Excavation of a pit at a given location on natural
fixing earth pipe covering the same with a mixture of 2 Kg.
SIGNATURE
Page 67 of 130
A.G.M-FINANCE
The
shall
soil,
BIDDER’S SEAL &
NOCCinfra
Of charcoal, 2 kg of common salt an earth. This includes brick
masonry around the earth. G.I. pipe of size 50mm x 3.5 M with 12mm
dia holes on the sides at intervals of 300mm. If more than one
Location boxes are grouped at a place, one earth shall be provided for
each Location box.
5.8
5.9
The earth resistance
shall not be more than 10 Ohms. Earth
resistance and date are to be painted on earth pit.
Track Relays, Line Relays, Point Contractors, Overload Relays,
transformers, Battery chargers, rectifiers, charged secondary cells, track
feed resistance, EKT, telephone plugs etc. shall be fixed neatly in
the Location Box as required. The wiring shall be carried out in a
neat manner with 3/0.75mm PVC copper wires or by 1 x 1.5 mm
cable conductor and terminated, bunched and tested. The relays
wherever fixed shall be fixed in such a manner that they can not be
easily removed or tilted. Details of cable terminations and wiring
particulars shall be painted inside the Location Boxes door in addition
to documentation.
Contractor
shall procure and fabricate
M.S.
flats/angle for relay fixing, inside Location Box. The design of such
fabrication
will be issued
by Site Engineer.
Relay fixing
arrangements shall be firm and rigid to avoid any chance of vibration
due to train movements.
5.10 All electrical equipments wherever provided shall be earthed.
Description of equipments, relay etc. shall be neatly painted inside
the Location Boxes door. All the internal wiring shall be tested from
Point to point in full, jointly by contractors authorized Engineer and Site
Engineer/ Supervisor.
5.11 Charged secondary cells if installed inside Location Boxes, shall be
fixed firmly leaving working space for taking Specific Gravity
reading and distilled water topping. Anti corrosive black paint to
be
coated
inside the
Location Box. Additional
ventilation
arrangements shall be made. The date of installation, capacity
and serial number shall be painted on each cell and the inner side
of the door. The record shall be maintained in a proper format for
each battery set as per railways laid down practice.
5.12 Battery links (lead) with suitable bolts and nuts shall be used for
connecting cells.Petroleum jelly is to be applied on terminals
immediately
after connection.
The specific gravity and voltage
reading shall be recorded in a separate register and handed over to
Site Engineer duly signed.
6.0
SIGNALS
All the signal posts and accessories are to be supplied as per spcn.
and to be fitted on concrete foundations as per locations indicated
by site supervisor. All the signals are provided with LED lamps lit on
110 V AC. In case of LED lamp failure, health monitoring unit (HMU)
shall generate and audio visual alarm that will be provided on control
panel.
BIDDER’S SEAL & SIGNATURE
Page 68 of 130
A.G.M-FINANCE
NOCCinfra
6.1
The work includes excavation of pits and casting of Signal
foundations, The exact
Position/location
of signals will be
indicated/decided by the site Engineer..
6.2
Foundation for Signal post should be of cement concrete in the ratio of 1:
3: 6 using stone ballast of 40 x 40mm size to be cast at location shown by
Site Engineer. The foundations are to be plastered in all sides.
6.3
Signal pole shall be securely fixed to surface base and erected on signal
foundation and plumbed. The gap between the signal pole and surface base
shall be filled up with lead wool or any other approved substance to avoid
tilting. Multi unit Colour Light Signal upto 2/3/4 aspect shall be
properly mounted on Signal post with or without route indicator. Soon
after installation, the pole shall be painted with Aluminum/white enamel
after giving a coat of primer and the Signal unit shall also be painted as
per the Standard practice.
6.4
Wherever Route indicator Junction type is to be erected, it shall be
mounted on the top of the Signal pole and a large off set bracket
shall be fixed with 'U' Bolts of 20 mm dia 2 Nos. on the Signal
pole for mounting multi unit Colour Light Signal. A 21.5mm
through hole shall be drilled on pole just below the offset bracket
and a through bolt provided to prevent the offset bracket from
sliding down. The tail cable shall be first terminated on the
route indicator and separate wiring (PVC 3/0.75 copper) shall be run to
Color Light Multi unit Signal from Route indicator.
6.5
To take the wires into the Multi unit, a vertical slot of not less than
25mm x 37mm in size shall be made on the Signal pole. Suitable
protection shall be provided on the slotted pole before cable is
taken through it and care shall be taken that no damage to
insulation of tail cable is caused.
6.6
Signal units door shall be locked using Universal locks.
6.7
Necessary earthwork shall be made for each signal as required by
Railways. The cables are to be taken through the pole to the unit
without damaging the insulation and Armour then skinned and
terminated.
6.8
All the signal units are to be wired as per approved practice of
South Eastern Railway. The wiring is to be tested jointly.
6.9
The signal post shall be properly plumbed and fitted with ladder having
a platform and guarding on the top. Necessary ladder supports as
required shall be provided. All the signal posts and signals shall be
installed clear of infringements (i.e. 2.36 Mts. from the central line of the
nearest track. Extra clearance to be catered for, to commensurate with the
degree of curvature, if the, signal to be installed is situated on the curve).
Markers and number plates shall be fixed wherever necessary as per Signal
Interlocking Plan using suitable clamps. Signal No. has to be painted
on the "Number plate" as well as on the door outside. All fittings are to
be tightened properly. Signal unit shall be looked properly. The back cover
of the signal shall be crossed by white lines (X).
BIDDER’S SEAL & SIGNATURE
Page 69 of 130
A.G.M-FINANCE
NOCCinfra
6.10 All the signals shall be provided with wire mesh.
7.0
Control cum Indication Panel
has to be provided for operation
of points and signals for
New block Station yard. Control and
Indication Panel will be of domino type with domino size of 54mm X
34mm.
exchangeable
units complying
to the requirements
of
specifications no. IRS: S36/37 or latest. Inside wiring between
domino to domino and between domino to tag block, angle iron
frame etc. shall be provided depicting the yard layout of the station as
per approved Signaling plan & Panel face diagram, showing all signals
( Main & subsidiary), Points, Track circuited area, position of crank
handle,
position
of L/C
gate,
operating
/ emergency push
buttons for route release, provision of SM’s key, counters with sealing
arrangements housed in a steel metal cabinet. This also includes supply
of transparent acrylic sheet of adequate thickness for covering on
top side of the panel with necessary holes / slots on the sheet
for push button / keys for their convenient operation. Panel should
be supplied complete with wiring and soldering along with the panel tag
block analysis. 10% spare indication LEDs and push button dominos
of all types shall be supplied along with the panel as spares, by
Contractor.
7.1
Another Control Cum Indication Panel, table mounted type has to be
provided for operation of Points and Signals at the Cement Siding Panel
cabin in separate building in the Cement siding inplant yard. This
will be a small domino type panel with exchangeable
units
for
operation
of point, signals and slots as per approved SIP and
panel diagram of the inplant yard having facility to indicate position
of points, signals, track circuited area, position of crank handle, SM’s
yard shall be interlocked
for
the
key etc The inplant
portion connected to main Railway yard . Other technical arrangements
should be maintained as above and the table required for fixing the
panel with 10% spare indication LEDs and push button dominos of
all types shall be supplied along with the panel as spares, by
Contractor.
8.0.
Data
Logger
to be provided with maintenance
PC with data
logging facility for provision of Analogue and Digital inputs at panel
building. Soft wares for system configuration & fault diagnostic
including complier for making changes in panel shall be provided.
9.0.
Single Section Digital Axle Counter (SSDAC) to be supplied strictly
as per RDSO specifications with necessary spares and tool kits as
mentioned in the schedule.
These will be used for block proving
for adjacent bock section of J cabin to N cabin. The resulted output of
SSDAC to be connected with the respective block instruments of the
above
block
section,
as per
approved
circuit diagram. These
instruments to be installed by the Engineer of Original Equipment
Manufacturer.
10.0. Single
Line
Block Instrument shall be of Diado type (Frequency
modulated) to maintain the similarity with the other side instrument, to
be supplied strictly as per RDSO spcn. indicated in the schedule. Each
BIDDER’S SEAL & SIGNATURE
Page 70 of 130
A.G.M-FINANCE
NOCCinfra
Instrument is interconnected with the SSDAC as per approved circuit.
Block Instruments shall be provided in the SM’s Panel room and each
of them to be provided on wooden platform as per standard practice of
SE. Railway. Separate earth to be provided for each instrument. Power
supply to the Instruments shall be taken from IPS-N cabin at
Balasore Station and separate battery supply / IPS as the case may be,
to be provided at J cabin.
11.0 Integrated Power Supply System to be provided at
Balasore Panel
building and should be supplied for 6-lines as RDSO spcn. given in the
schedule with 300AH secondary cell and to be installed by
OEM.
Engineer. The converter configuration, approved by NOCCinfra, to be
obtained before placing the order to the firm. Primary level Surge
protection to be provided in IPS. The IPS shall provide only for S&T
equipments of Balasore Station yard. All the DC-DC converters should
be installed in N+1 configuration in active load sharing mode.
12.0.Points: Points machine to be supplied (preferably Siemens point’s
machines) strictly as per spcn. in the schedule. Point contactor units at
Balasore station relay room shall be of Railway practice and those of Cement
Siding panel cabin are of Siemens contactor units. Facility for manual
operations of point machine by cranks handle, in case of failure of
electrical operations, shall be provided. For this purpose, crank handle
keys shall be provided with different ward combination for each CH group
and matching sockets on the point machines. Crank handles of the point
machines are to be interlocked as per SIP and circuits.
13.0. Lightning and Surge Protection: Staged protection shall be provided
to prevent the system from damage
due to transient
voltages
and
surge staged protection refers to primary, secondary and tertiary levels.
Primary level protection shall be provided with IPS. Tenderers may also
submit their own scheme for earthing and lightning strokes surge
protection along with technical offer.
14.0 TRACK CIRCUITS
14.1 The work includes bonding of rail joints which shall be made with 8
SWG soft solid wire, 7.2mm holes are to be drilled close to fish plates on
the web of rail and the bond wires are fixed by driving channel bond pin,
tightly. In point track circuit parallel jumpers bond wires/cables shall be
provided as required by the Railways.
14.2 Two TLJ boxes one at track feed end and another at relay end shall be
fixed clear of infringement and the respective track circuit tail cable 2 x
2.5
Sq.mm
PVC copper conductor from the Location Box shall be
terminated. The connection from the TLJ boxes to the rail should be through
the solid G.I. soft wire 8 SWG which should be fixed to the Rail by
channel Bond pin both at feed and relay ends. The G.I. wire from
TLJ boxes to sleepers should be covered with suitable PVC coloured
sleeve and there upon neatly clipped on the sleepers to prevent shorting
with rails. Insulations/grommets-PVC shall be provided on TLJ box to
prevent G.I. wire earthing. Double lead wire shall be provided both of
feed and relay ends.
BIDDER’S SEAL & SIGNATURE
Page 71 of 130
A.G.M-FINANCE
NOCCinfra
14.3Both TLJ boxes shall be painted and track circuits shall be neatly
numbered as required by Railways.
14.4Rail joint insulation RDSO type where provided with long bolts and
nuts at places marked by Railways/ NOCCI. The required long bolts
and nuts will be supplied by Railways / NOCCI. Every rail
joint
insulation shall be tested jointly after installation.
Wherever point
track circuit is involved, the gauge/crossing tie plates/Stretcher bars
and switch extension
pieces shall be insulated. Only non-insulated
gauge tie plate/crossing plate/leading and following stretchers for the
above will be supplied by the Railways. Contractor shall procure and
fix suitable
MS flat 10mm. Thick of required size and drill suitable
holes both in leading/following stretchers and MS flat for providing
stretcher
insulation. Contractor shall procure and provide proper size
bolts and nuts, spring washers to keep firm the insulation joint against
vibration. Insulation shall be provided correctly and tested jointly. After
providing insulation, it should be inserted in the presence of Railway
representative only. The switch extension pieces/'D' clamp
fittings also
should be insulated. The contractor shall supply all insulations as per
Schedule.
14.5 Polarity bonding in point track circuit in duplicate shall be
provided for each point track using 8 SWG G.I. soft wire insulated and
clipped to sleeper.
14.6 After completing the installation of track circuit, it shall be energized,
tested, adjusted and readings recorded in a register/track circuit history
cards. The bonding and jumping plan shall be prepared for each track
circuit.
14.7 The additional work like skimming of fish plates, insulation of fish
plate holes etc required in connection with provision or RDSO type
insulation Joint for track circuits
shall be done by contractor.
The
insulation provision shall not be required where glued joints are supplied
by Civil Engineers for Track Circuit.
15.0
CABLE TERMINATION RACK:
15.01
Cable termination racks shall be erected in the relay room at the
required location as shown by the Engineer with suitable foundation
bolts and cement concreted. The cable termination
racks shall be
painted soon after installation before cable termination work is taken up.
Suitable cable ducts wherever required shall be provided
to bring
all outsides cables to the termination rack. All the cables are to be
neatly skinned, fixed on the cable bracket
and terminate in order.
The cable armours and the rack should be earthed. Internal wiring
and termination particulars are to be written with paint.
15.02
Way terminal blocks are to be fixed on suitable 6mm thick Hylum sheet,
which are
fitted to the cable termination racks and held rigidly by
machined screws. The number of 6 way terminals is to be painted serially
on the C.T Rack and details of termination are painted on Decolam/Hylam
sheet and fixed in the relay rack.
15.03 All the cables shall be identified by punched labels tied on each cable.
Painted cable termination index board shall be fixed in the relay room
BIDDER’S SEAL & SIGNATURE
Page 72 of 130
A.G.M-FINANCE
NOCCinfra
showing the terminal numbers circuit wise. As made terminal particulars
shall be prepared in linen/polyester tracing signed and handed over to the
Railways. It is pointed out that the panel wiring shall be as route setting type
and therefore the planning of the work maybe done accordingly.
16.0 WIRING:
16.01 The equipments are to be wired in relay room, Cabin Master's Office, power
supply arrangements, location
box, CT box, battery box and in other
locations as per circuit diagram. These circuit diagrams shall be prepared
and submitted by contractor in advance for approval. The two copies of each
WD shall be checked by Engineer and one approved copy shall be returned to
contractor for necessary carrying out the work.
16.02 Contact numbering for the relays shall be made by the contractor as per the
approved circuit diagram issued by the Engineer and type of relay proposed to be
used on the installation.
16.03 The wiring between the terminal board of the panel and the unwired
tag
block on the r elay rack is to be carried out using multi-core
cables
(40 core or 60 core0.6mm/1.0mm dia annealed lined copper wire to IS-694.
The wiring on the Q series relay rack is to be carried out by 16/0.2mm dia
single core multi strand flexible A.T. copper wire to IS.694.
16.04 Soldering at the tag block terminals shall made using good quality solder and
flux. Care must be taken
to prevent dropping of excessive
solder from
terminal thereby causing failure/unwanted connection or short by fusing of
PVC insulation in row below it. It is advisable to raise the wires by
mechanical means and temporarily interposing a wooden or plastic sheet between
the adjacent rows while soldering, to collect the excessive solder that may be
dropping out.
16.05 After testing, the loose wires on the cable ladder shall be neatly bunched
and laced with twine black. The contractor shall adopt suitable Colour
code
for wiring as required by the Railway's representative. Spare conductors to an
extent of 10% are to be provided on the interconnecting wire runs for
future developments.
16.06 color code for wiring as required by the Railway's representative. Spare
conductors to an extent of 10% are to be provided on the interconnecting wire
runs for future developments.
16.07 Various supplies associated
with signaling viz., 110V AC, 110V DC, 24V
DC,12/24V AC and 12/24V DC flashing are to be brought out to the relay/
equipment room as per instructions. Necessary measuring instruments are to
be mounted on the Hylam sheet 10mm thick fitted to the 'K1' relay rack
with suitable switches and HRC fuses.
16.08 The incoming cables to the relay room are to be neatly arranged and fixed to
the cable supporting and guiding rack. The duct shall be filled with sand and
plastered neatly to avoid entry of mice or reptiles.
16.09After the complete testing by the NOCCinfra representative and before
commissioning the installation, the contractor shall arrange necessary sealing
leads and wires for sealing the relays.
BIDDER’S SEAL & SIGNATURE
Page 73 of 130
A.G.M-FINANCE
NOCCinfra
16.10 Suitable arrangements shall be made in the relay rack for fixing condenser
and resistance unit, required for slow to release feature. Letter painting shall be
made against each unit to identify circuit for which it is used.
16.11 All circuits shall be carefully protected by individual fuses in the relay room
and locations grouped preferably to facilitate easy fault location. Fuses shall be
so arranged that they can be easily be placed without causing interference
of fuses and the circuits in which they are used shall be prepared and
kept in the relay room. Fuses for all Signaling circuits shall be of the nondeteriorating type as per RDSO specification.
17.0 LEAD ACID/LOW MAINTENANCE BATTERIES
17.1 The charged Low Maintenance Batteries shall be provided in the
Battery room locations as per drawing instructions.
17.2 The battery stand shall be given anti-corrosive black paint before
installation of battery and shall be mounted on porcelain insulators. The
cells shall be arranged neatly with sufficient working space for maintenance.
17.3 Cells are to be connected
with suitable links sufficient to carry full
load. Immediately, after connection, petroleum jelly shall be applied on
battery terminals. The wiring shall be carried out by PVC 7/1.4mm
copper wire/10 Sq.mm multi strand copper wire and terminated in the terminal
board in the battery room. The details of batteries and the capacity, circuit,
date of installation etc., should be painted. The specific gravity and voltage
regarding shall be recorded for each cell in a separate register, along with
the
guarantee
certificate
of
the supplier
and handed over to the
Railways duly signed. A wooden stand for keeping Hydrometer shall be
fixed in each battery room.
17.4 Connections terminations shall be tested by the contractor and after
satisfying himself and then to be
tested jointly with Railway's representative.
Any alterations shall be carried
out by
the contractor
before
commissioning of installation.
In case of IPS system the maintenance
free batteries shall be kept as per design of the IPS equipment and RDSO
specifications.
18.0 Earth: (Ref: SEM Para 18.6) The earth shall be of an approved type and
should be buried at a depth of not less than 1.5 meter and at a distance not
less than 2.5 meter from any other earth. The earth resistance should not
be more than 10 Ohms. Seperate earth shall be provided for each
instruments and location boxes where feasible. The length of earthed wire
shall be as short as possible and the cross section of the wire not less
than 4mm dia. The earth wire shall not have a sharp bent and spiral. Earth
should be adequately protected from mechanical injury and be efficiently
connected to earth with necessary soldering.
19.0
PAINTING:
All signaling equipments shall be painted in accordance with signal
engineering manual chapter XI. The coloring scheme s h a l l be as per
Para 1102 Annexure 'A'.
19.1 SIGNAL POSTS AND FITTINGS: (COLOUR LIGHT SIGNAL):
i)
Post .. 'White' (Aluminum paint should be used)
ii)
Fittings (Hood and Mechanism box) 'Black'
The rear of the mechanism box and background may be painted
white where necessary, with the approval of Chief Signal &
Telecommunication Eng ine
BIDDER’S SEAL & SIGNATURE
Page 74 of 130
A.G.M-FINANCE
NOCCinfra
19.2
Electrical Signalling l ocation:
-Point machines, key transmitters…. 'Black'
19.3. Junction Boxes, battery boxes and Location Boxes:
a)
Junction Boxes - Post type :
i)
Inside .. 'White'
ii)
Outside .. 'Chocolate' (Red oxide paint should be used).
b)
Junction Boxes - Ground type and Location Boxes:
i)
Inside .. 'White'
ii)
Outside .. 'White' (Aluminum paint should be used).
19.4 INDOOR PAINTING:
19.4.1 Painting the complete relay rack/cable termination rack
and
ladder
and its fixtures and other equipment installed in the relay room as
of Site Engineer and writing all cable
per the instructions
termination numbering particulars in rack and also on board, relay
numbering, nomenclature and other details both on relays and racks,
rack numbering, particulars of condensers and fuses, resistances both at
fixing boards as well as in the particulars board, axle counter
equipment details, cable numbering as cables. And any other details
requires in Relay Room for panel interlocking circuits by Site Engineer.
19.4.2 Painting all termination particulars in the panel, block instruments,
EKT's Crank Handle box, resetting plunger box in the SM's
Office/Panel room.
19.5
OUTDOOR PAINTING:
Supply of approved quality of paint and painting the following
equipments in two coats duly scrapping the rust as directed by Site
Engineer at site. The colors to be used are as given in Par 22.1 to 22.5
above.
a) Color light signal post complete with route indicators, ladders, calling
on signals, shunt signals are to be painted both insides and outside including
numbering of signals, cable termination details as per Standard practice.
b) Location boxes both inside and outside with location number, particulars of
cable termination and other equipments kept inside the location.
c) Track circuits: Painting block joint numbers fed/relay end details on rails,
TLDs, details of feed equipments with track circuit numbers and battery
with track circuit number and date of installation.
d) Point Machine lay out complete including Point Number, Circuit
Diagram inside the cover, Junction box details Point contactor unit number in
location box etc.
20.0. Commissioning of Panel consists of:a)
Testing of all points and signals from panel.
b) Checking the correspondence between the points and their panel indications.
c) Checking the correspondence between the track circuits and its panel
indications.
BIDDER’S SEAL & SIGNATURE
Page 75 of 130
A.G.M-FINANCE
NOCCinfra
d)
e)
Testing of sidings its electrical transmission of EKT, panel indications
Testing of LC gates, its electrical transmission of EKT, panel
indications.
21. Testing of Relay interlocking, energization of relays by connecting simulation
panel. It is preferable to energies relays circuit wise and sheet wise, since it
involves no. of routes and parallel movements before taking up the above
energies, the following work should be completed.
a)
Wire to Wire Bell test of all sheets before soldering and after soldering.
b)
Plugging of all relays as per contact configuration.
Before plugging of relays, all
fingers are to be checked. Any finger found loose or not properly hooked is to be
set tight.
c)
Power supply arrangement with batteries.
d) Connecting the simulation panel
i)
It should be possible to control all TPRs, NWKRs/ RWKRs, CHLRs; LXCPRs etc.
form the simulation panel by energizing all the relays.
ii)
It is desirable to have the simulation panel adjacent to control panel, so that the
panel indication can be observe simultaneously while testing.
iii) All possible tests are being conducted including the negative tests and defect
noticed are to be rectified.
22. COMMISSIONING OF PANEL:a)
Check up all signal aspects by directly feeding from cable termination rack
(110 V AC). Check up operation of points from C.T. rack and check
whether NWKR/RWKR incoming feed is available (by connecting 24V DC)
b) Check up the incoming feed of TPRs in the C.T. rack .The above checking will
confirm the pairing of cable conductors. Remove the wiring connection of
simulation board on cable termination rack and make through the links of all
TPRs, WKRs and signal circuits. First test the points from panel individually
and conduct all tests discussed earlier including track locking test,
correspondence between point position and NWKR/RWKR in relay room.
c) Check whether all TPRs have picked up and check up the panel
indication by individually by dropping each track circuit correspond correctly.
d)
Check whether all other required relays viz., CHLR, LXPR, have picked up.
e)
Test all the signals from panel.
f)
Check the correspondence between relay from and signals aspects,
which is most important. For checking the aspects of home signals, distant
signals, staff (not below the rank of Site Engineer) should be deputed to site
with walkie-talkie or Magneto telephone and check the correspondence.
BIDDER’S SEAL & SIGNATURE
Page 76 of 130
A.G.M-FINANCE
NOCCinfra
g) Remove the signal lamp at site of every aspect and check whether indication
disappears on the panel and ECR drops in the relay room.
h) Open all registers & make entries of counter numbers before handing over to
operating staff.
TESTING OF TRACK CIRCUIT.
All the track circuits shall be energized and outgoing TPR voltage
checked.
ii)
Check whether cross protection wiring is done for TPR circuit.
iii)
Shunt the track circuit at various places on the track and check whether
the track relay drops every time it is shunted. (Especially near fouling
marks).
iii)
Check the correspondence between TR and TPR in relay room.
iv)
Track circuit shall be adjusted properly and readings recorded. TSR value
shall be recorded.
v)
Check whether the track circuit is protecting the fouling point.
vii)
Ensure that at least one polarity rail is in series connection.
viii) Check up in put AC voltage to the track feed charges is sufficient
and battery is getting charged.
23
i)
24 TESTING OF SIGNALS
i)
ii)
iii)
iv)
Signals shall be initially tested from the LOC box to attend to minor troubles
of LED Signal Units, wiring etc.,
All the aspects shall be checked by giving 110 V AC feed from Loc. Box
and then the test shall be repeated by giving feed from Relay room CT rack.
This test shall be done for each aspect, route and shunt signals.
Care shall be taken to ensure that no train is approaching during
this test to avoid misleading information to drivers.
Ensure that signal number
plate is provided
and unit back door is
fastened
and locked properly. Door locking is very important to prevent
sun rays falling on to lenses to give phantom indications.
25. REGISTERS SHOULD BE SUBMITTED TO OPERATING STAFF:a) Relay room key register,
b) Route cancellation register,
c) Crank handles register,
d) Axle counter reset register,
e) Block instrument register.
Sealing of equipments where required should be done. Entries should be made in
the signal history book regarding new S&T assets commissioned.
26 TECHNICAL SPECIFICATIONS OF DIGITAL CLOCK AND PA S YSTEM
Supply of materials should be in conformity with the following Specifications
Digital Platform Clock 4digit with GPS synchronization, Double Faced, as per
RDSO specification No. RDSO/SPN/TC/62/2008
Rev.3.0 or latest. This item should be procured from RDSO approved Firm only.
BIDDER’S SEAL & SIGNATURE
Page 77 of 130
A.G.M-FINANCE
NOCCinfra
1.
Digital auto announcement Software (in English, Hindi & Local State
Language as per specification no. RDSO/SPN/TC/61/2007 Rev.2 or latest).
This item should be procured from RDSO approved source only.
2.
PC based control console shall be of desk-top type complete with all
accessories, HP make, Model S-3400 or similar with following
configuration:
1)
2)
3)
4)
5)
6)
7)
Processor: Intel Pentium Dual Core E2200.
RAM: 2 GB DDR2-SDRAM or higher.
Chipset: NVIDIA Geforce 7100/NVIDIA N-Force 630i.
Chipset: NVIDIA Geforce.
HDD: 500 GB or higher.
Graphic: NVIDIA GeForce 8400HD 256 Mb.
OS: To suit latest window based digital auto announcement system as per
Specification no. RDSO/SPN/TC/61/2007 Rev.2 or latest.
27
VHF Communication
25 W VHF as per following specifications should be supplied and installed
at each of the three panel buildings with 15 mtrs. Self supporting mast and
antenna. 5watt VHF sets are to be provided to operating & maintenance staff.
28 Technical Specification: ( 5WPortable(Handheld) Radio)
11
1.1
1.2
1.3
General :
Operation
Modulation
Power Supply
1.4
1.5
1.6
1.7
2.0
Frequency Band
Number of Channel
Channel spacing
Frequency stability
Transmitter :
:
:
:
:
Simplex/Semi duplex with
Frequency Modulation (Phase)
1800 mAH, 7.5V, ultra high
Ni-MH
As decided by Railways.
16 Channels
Programmable 12.5/20/25
± 5 ppm.
2.1
2.2
2.3
2.4
3.0
Power output
Spurious Emission
A/F Response
Audio distortion
Receiver :
:
:
:
:
5 Watt.
Less than 0.25 Micro Watt.
+ 1 to -3 dB
Less than 5%.
3.1
3.2
3.3
3.4
Sensitivity
Selectivity
A/F Response
Audio output
:
:
:
:
0.30 Micro Volt or better for 12 dB
SINAD than 60 dB.
Better
+1 to -3 dB
500 mW.
4.0
:
:
:
Accessories: Following accessories to be provided with each set.
4.1 Helical Antenna for Handheld set
4.2 Leather case/Belt Clip
4.3 Single Unit Rapid Battery Charger
1800 mAH, 7.5V, Ni-MH battery
BIDDER’S SEAL & SIGNATURE
: 1 No.
: 1 No.
: 1 No.
Page 78 of 130
A.G.M-FINANCE
NOCCinfra
29.
SPECIFICATIONSOF 25WVHF RADIO
Sl.No
A
A1
A2
A3
A4
A5
A6
A7
A8
B
B1
B2
B3
B4
B5
B6
B7
C
C1
C2
C3
C4
PARAMETERS
GENERAL
Frequency
Range Channel
Spacing
Emission
Frequency
Spread
Frequency Stability
Type of Operation
Operating
Temperature Range
Speaker Impedance
TRANSMITTER RF
Power Output
Frequency Deviation
Modulation
Sensitivity
Modulation
Distortion
Modulation Fidelity
Spurious and
Harmonics Output
CHARACTERISTICS
As directed by Railways
12.5 kHz or 25 kHz
8K50F3E or 16KOF3E
5 PPM
Simplex / Semi - duplex, Press to talk
-30ºC to 55ºC
8Ω
10 to 25 Watt
+/- 5 kHz(W type), +/- 2.5 kHz (N type)
80mV for 60% max,deviation at
1000Hz. Better than 5%
Within +1,-3dB of 6 dB/ Octave
-36dBm (.25Μw)
50Ω
0.3µ V / -118 dbm at 12 dB
SINAD Better than 60 dB
Better than 65
dB Better than
30. Specification. of Stacked Dipole Omni Directional Antenna
SL NO PARAMETERS
CHARACTERISTICS
ELECTRICAL SPECIFICATION
A
A01
A02
A03
A04
A06
A08
A09
B
B01
B02
B03
B04
B05
B06
B07
B08
B11
Frequency Range – MHz
Bandwidth
Impedance Ω
VSWR
RF Power handling capacity –
Termination
Lightning Protection
MECHANICAL
SPECIFICATIO
Support Pipe Material
Support Pipe Length – feet
Support Pipe O D – mm
Support Pipe Wall Thickness –
Radiating Elements Material
Radiating Elements Material O
Radiating Elements Mounting
Mounting Clamp for Antenna
Shipping Length
BIDDER’S SEAL & SIGNATURE
Page 79 of 130
As directed by
10
50 Unbalanced
less than 1.5
100
N - Female
Direct Ground
Aluminum
12
50
2.5
Aluminum
12
Cast Iron /
Aluminum
Cast
Iron /
Aluminum
6.5
A.G.M-FINANCE
NOCCinfra
31. Specification of Antenna Cable
SL NO PARAMETERS
Length
A1
A2
Size
CHARACTERISTI
As per site
RG 217 Low
Loss
A3
A4
A5
A6
A7
Jacket
Outer Diameter
Characteristic Impedance
Average Power Rating
Attenuation
Polyethylene
Black 14
50+ / -1 Ω
1.00 kW at 100
0.05 dB/Mt at 100
32. Specification. of12VoltsBattery (SMF battery)
SL NO PARAMETERS
A1
Voltage
A2
Backup Capacity
A3
Can work with radio
A4
Maintenance
CHARACTERISTI
12V
Min 65 AH
25
Free
Maintenance
33.0 GENERAL
33.1 Signal and interlocking fittings All signal and interlocking fittings should be
in accordance with I.R.S. Specification No. S10 unless otherwise specified.
33.2 Sealing of equipments where required shall be done.
34.0 AS MADE DETAILS:
After commissioning of the entire installation and approval of draft
completion drawings tracings of documents and plans shall be made by the
contractor on tracing film to Railway Standard size and also 6 copies of the
following neatly bound shall be handed over to the NOCCinfra duly signed:
One CD shall also be handed over for their records.
1. Signaling Plan,
2. Track bonding diagram.
3. Cable plan.
4. Cable route plan.
5. Location Box wiring diagram termination and cable particulars.
6. Cable termination rack particular.
7. Cable insulation readings.
8. Relays and other equipments detail (field equipments), Power supply
diagram
9. Wiring diagrams, Contact analysis chart.
10. Any other drawings required by NOCCI in connection with this work.
11. Technical equipments pamphlets and guarantee cards.
12. Power Equipment layout diagram, Fuse Analysis Chart, Equipment
Layout.
BIDDER’S SEAL & SIGNATURE
Page 80 of 130
A.G.M-FINANCE
NOCCinfra
35.0
SL No
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
23.
24.
25.
26.
27.
28.
29.
30.
31.
32.
33.
34.
35.
36.
37.
38.
39.
40.
41.
42.
43.
44.
45.
46.
49.
48.
49.
Materials to be i nspected by RDSO
Description
Data Logger.
Wire Flexible 16 / 0.02mm
Flexible wire 3 x 0.75 dia. ( Red & Black)
PVC Insulated 60 core X 0.6 mm Cable
PVC Insulated 40 core X 0.6 mm Cable
Fuse Block Base for NDT Fuse.
NDT fuse block & fuse links 2, 4 & 16 Amps.
Single Section Digital Axle Counter (for Block-Proving) with Spares.
Integrated Power Supply System (6 Lines) with 300AH Batteries
UG Cable for Railway Signaling 2core x 2.5 sq.mm
UG Cable for Railway Signaling 12core x 1.5 sq.mm
UG Cable for Railway Signaling 24core x 1.5 sq.mm
UG Cable for Railway Signaling 6core x 1.5 sq.mm
UG Cable for Railway Signaling 2core x 25 sq.mm ( Aluminum Power
UG Cable for Railway Signaling 18core x 1.5 sq.mm
UG Signaling & Telecom 6 qd. Cable Jelly Filled .
LED based Signal Unit with HMU for Red, Yellow and Green aspects.
LED based Signal Unit with HMU for Shunt, Route & Calling On Signal
Electrical / Rotary Key Transmitter ( EKT / RKT )
Relays Style QL-1
Relays Style QBCA-1
Relays Style QTA-2
Relays Style QNA-1
Relays Style QSPA-1
Relays Style QN-1
Relay Fail Safe Electronic time delay Device.( Both 120 Sec & 60 Sec)
Electric Points Machines ( Rotary Locking Type)
Point Contractor Units
Diesel Generator Set.10 KVA and 5 KVA with acoustic Enclosure
Track Feed Battery Charger
Track Feed Resistance
Secondary Cell (LA) 40AH
Secondary Cell (LA) 120AH
Choke ‘B’ type
Nylon Insulated Rail Joints 52/60 kgs.
220V AC/ 24V DC Battery Charger- Self Regulating.
220V AC/ 110 V DC Battery Charger- Self Regulating.
220V AC/ 110 V AC Signal Transformer 1KVA
Ferro resonant voltage stabilizer 5 KVA
ARA Terminal 8way, 6-way & 1 way
Digital Platform Clock, Double Faced with GPS synchronization
Electronic Magneto Telephone
Thermo shrink Jointing Kits for Jointing UG Quad Cable
VHF Sets 5 Watts ( Hand held), & 25 Watts
4 W way station Control Telephone
Surge protection systems ‘B’, ‘C’ & ‘D’ Classes
Single Line Token less Block Instrument.
Disconnect Type Terminal Block.
DC/DC converter ( Item-50 of Sch.-A )
BIDDER’S SEAL & SIGNATURE
Page 81 of 130
A.G.M-FINANCE
NOCCinfra
36.0 Material to be inspected by RDSO/Consultant.
SL No.
Description of Materials
1
Colour Light Signal Posts 140 mm dia. 4.5M & 3.5 M long & surface
bases
2
Off set bracket for CLS main units with fixing U clamps etc.
3
CLS units for 2-aspects and 3 aspects signals
4
Junction type Route Indicators 3-Way
5
Shunt Signal posts, units, brackets, Surface bases
6
Points machine (Rotary type 143 mm stroke) ground connections
7
Calling On signal units.
8
Apparatus cases Single and Half with miniature / Standard E type
9..
Fire Extinguisher.
10.
Track Lead Junction Boxes
11
Ground Lever
12
A/B type CI foundations
13
Ground connection for point machine
BIDDER’S SEAL & SIGNATURE
Page 82 of 130
A.G.M-FINANCE
NOCCinfra
BIDDER’S SEAL & SIGNATURE
Page 83 of 130
A.G.M-FINANCE
NOCCinfra
BIDDER’S SEAL & SIGNATURE
Page 84 of 130
A.G.M-FINANCE
NOCCinfra
BIDDER’S SEAL & SIGNATURE
Page 85 of 130
A.G.M-FINANCE
NOCCinfra
BIDDER’S SEAL & SIGNATURE
Page 86 of 130
A.G.M-FINANCE
NOCCinfra
BIDDER’S SEAL & SIGNATURE
Page 87 of 130
A.G.M-FINANCE
NOCCinfra
BIDDER’S SEAL & SIGNATURE
Page 88 of 130
A.G.M-FINANCE
NOCCinfra
BIDDER’S SEAL & SIGNATURE
Page 89 of 130
A.G.M-FINANCE
NOCCinfra
BIDDER’S SEAL & SIGNATURE
Page 90 of 130
A.G.M-FINANCE
NOCCinfra
BIDDER’S SEAL & SIGNATURE
Page 91 of 130
A.G.M-FINANCE
NOCCinfra
BIDDER’S SEAL & SIGNATURE
Page 92 of 130
A.G.M-FINANCE
NOCCinfra
BIDDER’S SEAL & SIGNATURE
Page 93 of 130
A.G.M-FINANCE
NOCCinfra
BIDDER’S SEAL & SIGNATURE
Page 94 of 130
A.G.M-FINANCE
NOCCinfra
BIDDER’S SEAL & SIGNATURE
Page 95 of 130
A.G.M-FINANCE
NOCCinfra
BIDDER’S SEAL & SIGNATURE
Page 96 of 130
A.G.M-FINANCE
NOCCinfra
BIDDER’S SEAL & SIGNATURE
Page 97 of 130
A.G.M-FINANCE
NOCCinfra
Name of Work: - Supply, Erection, Modification, Testing & Commissioning
and preparation of approved as built drawings of Signaling &
Telecommunication work at new railway siding taking off from New Block Station
on Nilgiri Ballast Siding, Balasore under Kharagpur Division of South Eastern
Railways.
SUMMARY OF PRICE BID
Sl No
Description
Amount (Rs.)
Total Cost of Schedule "A" : Supply of S & T Materials
Total Cost of Schedule "B" : Execution of S & T Materials
Grand Total *
*(Rupees ………………………………………………………………………………………Only)
BIDDER’S SEAL & SIGNATURE
Page 98 of 130
A.G.M-FINANCE
NOCCinfra
SCHEDULE "A": SUPPLY Of S & T MATERIALS
SL NO
ITEM DESCRIPTION
UNIT
QTY
RATE
(RS.)
AMOUNT
(RS.)
Outdoor Cables
1
Cable Railway Signaling Unscreened
underground with plain annealed
copper conductor, armoured PVC
insulated to conform to IRS:S63/2014 (Rev.4.0) or with latest
amendments. Inspection: RDSO.
a)
24 core x 1.5 sq.mm.
Kms.
19
b)
12 core x 1.5 sq.mm.
Kms.
30
c)
6 core x 1.5 sq.mm.
Kms.
20
2
Railway underground jelly filled 6
Quad telecom cable as per spec.
No.TC/30/2005 (Ver. I) Amd. 4 with
latest amendment having 0.9 mm dia.
Inspection: RDSO.
Kms.
19
3
Underground Railway Power Cable,
PVC insulated, heavy duty armoured,
Aluminium conductor of size 2 core X
25 sq.mm. as per IRS:S-63/2014 & IS:
1554 (Part-1) (Rev. 4.0) with latest
amendments. Inspection: RDSO.
Kms.
8
Indoor Cables
4
Supply of Cable PVC insulated single
core plain annealed copper conductor
3X0.75mm dia as per Specn no. IRSS-76/89 (Amd.3). Colour as per
Supply of choice of RITES Engr. To be
supplied in coils of 100 mtrs each.
Coil
(100
M
each)
20
5
Supply of Cable PVC insulated single
core plain annealed copper conductor
16X0.2mm dia as per Specn no. IRSS-76/89 (Amd.3). Colour as per
Supply of choice of RITES Engr. To be
supplied in coils of 100 mtrs each.
Inspection: RDSO.
Coil
(100
M
each)
1000
6
Supply of Cable PVC insulated single
core plain annealed copper conductor
Coil
(100
10
BIDDER’S SEAL & SIGNATURE
Page 99 of 130
A.G.M-FINANCE
NOCCinfra
7X0.75mm dia as per Specn no. IRSS-76/89 (Amd.3). Colour as per
Supply of choice of RITES Engr. To be
supplied in coils of 100 mtrs each.
Inspection: RDSO.
M
each)
7
PVC insulated multicore strand single
core copper conductor cable, 10 sqmm
as per IRS:S-76/89 (Amd.3) or latest.
Inspection: RDSO.
Mtrs.
200
8
PVC Insulated Railway Signaling
Indoor Multi Core Cable (30 Pair, 0.63
sqmmdia) as per IRS 76/89 (Amd. 3) or
latest. Inspection: RDSO.
Mtrs.
200
9
Cable indoor copper conductor, plain
anneal-ed high conductivity, 650V
grade PVC insulat-ed unarmoured as
per IRS-S -76/89 (Amd-3),or latest for
following :
(i) 60core × 0.6 mm dia
(ii) 40 core x 0.6mm dia.
Kms.
1
Nos.
80
Nos.
40
Set
5
RCC Pipe
10
RCC Pipe 150 mm dia & 2 m long with
collars to Specn. No. IS-458/1971.
Inspection: Engineer
Location Box
11
Supply and transportation of Steel
Apparatus Case (Large) with front and
back door, key & lock & key (Word No.
42) Drg. No. RDSO/S-11500 or latest.
Inspection : RITES/QA/Division
Signals
12
Colour Light Signal (2 Aspect) as per
Drg. No. SA - 23003 A/M (Adv.) Alt.8 &
Specn.
IRS-S-23/86
&
26/64
having following items :Inspection:
RDSO
a)
Signal Post 140 mm dia
4.5 / 3.5
mtrs. long to IRS-S-6-81 - 1 No.
b)
Signal Base C I 140 mm dia. to Drg.
No.S-2011- 1 No..
BIDDER’S SEAL & SIGNATURE
Page 100 of 130
A.G.M-FINANCE
NOCCinfra
c)
CLS Ladder complete with platform
and base
4.5/3.5 mtrs.
long to
Drg.No.SA-23153 (Adv.) Alt 1.- No.
d)
CLS Unit 2 Apect complete to Drg. No.
SA - 23003 A/M to C/M (Adv.) without
transformer & lenses- 1 No.
e)
Anchor Bolt complete (915 x75 x 24
mm) Drg, No. 116A/H – 4 Nos
13
Colour Light Signal (3 Aspect) as per
Drg.No.SA - 23003 A/M (Adv.) Alt.8
&Specn. IRS-S-23/86 & 26/64 having
following items :Inspection: RDSO
a)
Signal Post 140 mm dia
4.5 / 3.5
mtrs. long to IRS-S-6-81 - 1 No.
b)
Signal Base C I 140 mm dia. to Drg.
No.S-2011- 1 No..
c)
CLS Ladder complete with platform
and base
4.5/3.5 mtrs.
long to
Drg.No.SA-23153 (Adv.) Alt 1.- No.
d)
CLS Unit 2 Aspect complete to Drg. No.
SA - 23003 A/M to C/M (Adv.) without
transformer & lenses- 1 No.
e)
Anchor Bolt complete (915 x75 x 24
mm) Drg, No. 116A/H – 4 Nos.
14
Set
2
Junction
type
Route
Indicator
66/84, IRS-S-23/86 with drg.No.SA66/84, IRS-S-23/86 with drg.No.SA23404 (Adv.) Alt 2. Inspection: RDSO
Set
1
15
Calling-on-Signal unit without signal
lamp,
lamp
holder
and
lens
arrangement and fixing arrangement
having RDSO Drg.No.SA-24351 (Adv.)
Alt.A. Inspection: RDSO
Nos.
1
16
Dependent Shunt Signals complete
having following items: Inspection:
RDSO
Set
4
a)
Position Light Shunt Signal unit
without lenses, lamps & lamps holder
unit to RDSO Drg.No.SA-23840. 1Nos.
BIDDER’S SEAL & SIGNATURE
Page 101 of 130
A.G.M-FINANCE
NOCCinfra
b)
OFF Set Bracket of Shunt Signal for 90
mm dia post to SA-23080 (Adv.) Alt. 1.
(1 No.)
17
Independent Position Light Shunt
Signals complete having following
items:
a)
Shunt Signal post 90 mm dia
mounting socket X 1 mtr. Long to IRSS-6/81, IRS-S-26/64 drg. No. S
23845 (Adv)
b)
Shunt Signal surface base 140 mm
dia to IRS-S-23844 (Adv)
c)
Shunt Signal unit without lenses &
lamps along wiyh lamp holder unit to
RDSO drg. No. SA-23840 (Adv) Alt. 1
Spec.
d)
Anchor bolt complete (305 mm x 50
mm x 20 mm) to Drg. No. SA-110 A/M.
Set
3
Nos.
20
Jointing Kit
18
Supply, transportation & installation of
Thermo Shrink Jointing Kit (RTSF2/3/4) for straight joint for 6
Qd/10/20/50 pair jelly filled /Railway
Signaling cable (0.9 mm Conductor
Dia.) as per RDSO Specification No.:
IRS:TC 77/2012 (Rev. 3.0) with Amdt.
1 & 2 or latest. Inspection: RDSO
Signal LED
19
LED based Signal Lighting Unit for
Main Aspect as per RDSO Specn. No.
RDSO/SPN/153/2004
with
latest
Amendment suitable for 110/100 V
AC and to use with conventional/LED
ECR including current regulator,
health monitoring unit with Power
Supply
arrangement.
Inspection: RDSO
a)
Red Aspect
Nos.
8
b)
Yellow Aspect
Nos.
8
c)
Green Aspect
Nos.
2
BIDDER’S SEAL & SIGNATURE
Page 102 of 130
A.G.M-FINANCE
NOCCinfra
20
LED based signal lighting unit for
Calling-on Signal
with built-in
current regulator as per RDSO Specn.
No. RDSO/SPN/153/2011 (rev. 4.1)
or latest suitable for 110 V AC to use
with
conventional
/LED
ECR.
Inspection: RDSO
Nos.
1
21
LED based signal lighting unit for
Shunt Signal with built-in current
regulator
as per RDSO Specn. No.
RDSO/SPN/153/2011 Rev. 4.1 or
latest suitable for 110/100 V AC and to
use with conventional/ LED ECR.
Inspection: RDSO
Nos.
21
22
LED based signal lighting unit for
Route indicator with built-in current
regulator
as per RDSO Specn. No.
RDSO/SPN/153/2011 Rev. 4.1 or
latest suitable for 110/100 V AC and to
use with conventional/ LED ECR.
Inspection: RDSO
Nos.
12
Relays
23
Relay Plug-in type, Style- QECX 61
(AC LED All Aspects), AC Lamp
proving relay unit, slow release
neutral line relay, 4F-4B contacts,
front & back contacts metal to carbon,
shall be suitable for working in series
with the 110V/15W AC, LED signal
complete with plug board, retaining
clip & connectors. Confirming to BRS
941A, IRS: S 34 & IRS: S 23 &
STS/E/Relays/AC
Lit
LED
Signals/09-2002. Inspection: RDSO
Nos.
15
24
Relay, point contactor unit, Non-AC
Immune, plug-In type, 24V DC and
capable of controlling Electric point
machine operating on 110V DC
conforming to IRS:S 46, IRS:S 34 &
IRS:S 23 (as applicable). The unit shall
consist of N/R realy (Double wound DC
neutral line relay), XR relay (DC
neutral line relay). W(N)R/W (R) Rmechanically interlocked relay & WCR
(Heavy duty contactor relay with 16
Nos.
9
BIDDER’S SEAL & SIGNATURE
Page 103 of 130
A.G.M-FINANCE
NOCCinfra
Ampere breading capacity). All the
above realys shall be mounted on prewired base plate.
Inspected by : RDSO
25
Relay AC Immune, Plug-in type, Style QBCA1 DC biased point contactor, 24V
DC, 2F(HD)-4B contacts Front contacts
(heavy duty) and back contacts metal
to carbon, complete with plug board,
retaining
clips
&
connectors.
Confirming to BRS 943, IRS S 34 &
IRS S 23.Inspection: RDSO
Nos.
12
26
Relay Plug-in type, Style – QL1
Magnetically latched, DC Neutral Line,
24VDC, 11F-4B contacts. Front and
Back contacts metal to carbon,
complete with plug board, retaining
clip and connectors. Confirming to
BRS 935A, IRS S 34 & IRS S 23.
Inspection: RDSO
Nos.
12
27
Relay Non-AC Immune, Plug-in type,
style – QN1 DC neutral line, 24V DC,
12F-4B contacts. Front & back
contacts metal to carbon, complete
with plug board, retaining clip and
connectors. Confirming to BRS 930,
IRS
S
34
&
IRS
S
23.
Inspection: RDSO
Nos.
300
28
Relay Non-AC Immune, Plug-in type,
style – QN1 DC neutral line, 24V DC,
8F-8B
contacts.
Front
&
back
contacts metal to carbon, complete
with plug board, retaining clip and
connectors. Confirming to BRS 930,
IRS
S
34
&
IRS
S
23.
Inspection: RDSO
Nos.
300
29
Relay AC Immune, Plug-in type, style –
QNA1 DC neutral line, 24V DC, 12F4B contacts. Front and back contacts
metal to carbon, complete with plug
board, retaining clip and connectors.
Confirming to BRS 931A, IRS S 34, IRS
S
23
&
IRS
S
60.
Inspection: RDSO
Nos.
80
BIDDER’S SEAL & SIGNATURE
Page 104 of 130
A.G.M-FINANCE
NOCCinfra
30
Relay AC Immune, Plug-in type, Style
QNA1 DC neutral line, 24V DC, 8F-8B
contacts. Front & Back contacts metal
to carbon, complete with plug board,
retaining
clip
&
connectors.
Confirming to BRS 931A, IRS S 34, IRS
S
23
&
IRS
S
60.
Inspection: RDSO
Nos.
50
31
Fail-safe electronic flasher device
60/120 flashers per minute (workable
on 24V DC/ 110V AC) confirming to
RDSO's
specn
no.
RDSO/SPN/173/2002 Amnd. 1.
Nos.
16
32
Electronic Flasher relay
60 flashes
per minute (workable on 24 V DC/110
V AC) or
flasher relay for giving 60
flashes
per
minutes.
Inspection: RDSO
Nos.
4
Nos.
7
Set
7
Point
33
Supply & Transportation of Electric
Point Operating Machine IRS Type,
143 mm stroke (AC immunity 160 V
AC) complete with lock, detector and
slides
for
lock
and
detector,
nontailable to operate on 110 V DC,
rotary locking, universal type as per
specification No. IRS: S-24-2002 (IRS S - 37/82 for Motor) with latest
amendment and drawing No. RDSO S/10800 or latest and Motor Drg. No.
RDSO-S/10910. This includes cable
terminal box (MS), Telescopic pipe and
a Tool Kit. Tool kit box to be supplied
15 (fifteen) set, each set shall consist
of:
i) M6 / M8 / M18 / M20 / M22 Box
Spanners - 1 set.
ii) M10/M12 Spanners - 1 set.
iii) Adjustable Wrench - 1 no.
iv) Screw Driver 300 mm long - 1 no.
Inspection by RDSO.
34
Point Machine Ground fittings as per
RDSO Drg. No. 53361-62-63 of latest
suitable for point machine IRS24/2002 alogwith the nylon insulation
required. Inspection: RDSO
BIDDER’S SEAL & SIGNATURE
Page 105 of 130
A.G.M-FINANCE
NOCCinfra
Insulation
35
Insulation Set for Gauge / Xing tie
Plates for BG as per IRS-S-40/84.
Each set comprising of :
a)
Splice plate - 2 Nos.
b)
Bushes
c)
Washers 12 Nos.
36
Insulation set for following & leading P
way stretcher bar for BG as per IRS-S40/84. Each set comprising of.
Inspection:Engineer
a)
Insulating plate - 2 Nos.
b)
Bushes 4 Nos.
c)
Washers 4 Nos.
37
Insulation set for Switch extension
pieces (D/P bracket) for Point Machine
as
per
IRS-S-40/84.
Each
set
comprising of: Inspection:Engineer
a)
Side plate LH - 2 Nos.
b)
Side plate RH - 2 Nos.
c)
Bushes - 8 Nos.
d)
Washers - 8 Nos.
e)
Insulation set for L Bracket. Each set
comprising of:
f)
Insulation Plate - 1 no.
g)
Nylon Bush- 2 Nos.
h)
Nylon Washer- 2 Nos.
Set
7
Set
7
Set
7
Nos.
7
6 Nos.
Point
33
Supply & Transportation of Electric
Point Operating Machine IRS Type,
143 mm stroke (AC immunity 160 V
AC) complete with lock, detector and
slides
for
lock
and
detector,
nontailable to operate on 110 V DC,
rotary locking, universal type as per
specification No. IRS: S-24-2002 (IRS -
BIDDER’S SEAL & SIGNATURE
Page 106 of 130
A.G.M-FINANCE
NOCCinfra
S - 37/82 for Motor) with latest
amendment and drawing No. RDSO S/10800 or latest and Motor Drg. No.
RDSO-S/10910. This includes cable
terminal box (MS), Telescopic pipe and
a Tool Kit. Tool kit box to be supplied
15 (fifteen) set, each set shall consist
of:
i) M6 / M8 / M18 / M20 / M22 Box
Spanners - 1 set.
ii) M10/M12 Spanners - 1 set.
iii) Adjustable Wrench - 1 no.
iv) Screw Driver 300 mm long - 1 no.
Inspection by RDSO.
34
Point Machine Ground fittings as per
RDSO Drg. No. 53361-62-63 of latest
suitable for point machine IRS24/2002 alogwith the nylon insulation
required. Inspection: RDSO
Set
7
Set
7
Set
7
Set
7
Insulation
35
Insulation Set for Gauge / Xing tie
Plates for BG as per IRS-S-40/84.
Each set comprising of :
a)
Splice plate - 2 Nos.
b)
Bushes
c)
Washers 12 Nos.
36
Insulation set for following & leading P
way stretcher bar for BG as per IRS-S40/84. Each set comprising of.
Inspection:Engineer
a)
Insulating plate - 2 Nos.
b)
Bushes 4 Nos.
c)
Washers 4 Nos.
37
Insulation set for Switch extension
pieces (D/P bracket) for Point Machine
as
per
IRS-S-40/84.
Each
set
comprising of: Inspection:Engineer
a)
Side plate LH - 2 Nos.
6 Nos.
BIDDER’S SEAL & SIGNATURE
Page 107 of 130
A.G.M-FINANCE
NOCCinfra
b)
Side plate RH - 2 Nos.
c)
Bushes - 8 Nos.
d)
Washers - 8 Nos.
e)
Insulation set for L Bracket. Each set
comprising of:
f)
Insulation Plate - 1 no.
g)
Nylon Bush- 2 Nos.
h)
Nylon Washer- 2 Nos.
Panel
38
Control Panel route setting type
having Domino of size 54 x 34 mm Tag
Block
for termination of cable.
Prewiring between Dominos & Tag
Block/ 8 way strips. LED indication for
various functions
in the
yard
layout such as signals, Points, Track
Circuits etc. Operating functions such
as push buttons, emergency push
buttons, count amendment for Relay
counters and S.M.'s Key other
requirements
as
per
provision
contained in para 3 of IRS-S-36 with
latest
amendment
for
Panel
Interlocking
System.
Inspection:Engineer
Nos.
1
Nos.
1
Nos.
16
IPS
39
Supply,
Installation,
and
Commissioning of SMPS based IPS
confirming to RDSO specn. No.
RDSO/SPN/165/2012 (Ver.-3.0) and
sketch no. SE/SK/CON/182/2005 or
RITES for IPS up to 6 lines area along
with 200AH, LMLA or VRLA Battery.
Details
as
follows:Inspection
by
RDSO.
EKT
40
Supply and transportation of Electric
Key
Transmitter
(EKT)
as
per
Drg.No.SA-22601. Alt. 4. or latest and
Specn.
IRS:S-21/2001
or
latest.
Inspection by RDSO.
BIDDER’S SEAL & SIGNATURE
Page 108 of 130
A.G.M-FINANCE
NOCCinfra
Relay Rack
41
Supply and transportation of Relay
Rack Composite / 'Q' series as per
Drg. No. SK/DRG/OL/SER/192 Sheet
No. 2/2. The Relay rack assembly
complete
with
fixtures
&
all
accessories like ladder, runway for
indoor
cable
wires,
alongwith
mounting
arrangement
etc.Inspection:Engineer
Nos.
8
Terminals and Fuse
42
ARA terminal (1 way) made of PBT as
per Specn. No. IRS:S-75/2006 (Rev.2)
and
Drg.
No.
SA23745
(Alt.5).Inspection:RITES/QA
Nos.
3000
43
ARA terminal (6 way) made of PBT as
per specn. No. IRS:S-75/2006 (Rev.2)
and
Drg.
No.
SA23756
(Alt.3).Inspection:RITES/QA
Nos.
500
44
Fuse block made of PBT as per Specn.
No. IRS:S-75/2006 (Rev.2) and drg.
No.
SA23748
(Alt.4).
Non
deteriorating fuse links type with
suitable
fuse
carrier
and
box.Inspection:RITES/QA
Nos.
800
Fuses
45
Non deteriorating non indicating type
fuse as per IRS-S-78/92 with latest
amendment.Inspection:RITES/QA
i)
4 Amps
Nos.
200
ii)
6 Amps
Nos.
500
iii)
16 Amps
Nos.
100
Mtrs.
5
Bus bar
46
Negative bus bar 20mm x 5 mm thick
made of Copper bar with OBA Brass
screw & washers, all should be Nickel
plated.Inspection:Engineer
BIDDER’S SEAL & SIGNATURE
Page 109 of 130
A.G.M-FINANCE
NOCCinfra
Earth Electrode
47
Earth Electrode assembly to drg. no.
CON/SK/T/9
&
CON/SK/T/9A.
Inspection:Engineer
Nos.
100
Nos.
2
Nos.
15
Nos.
1
Nos.
4
Nos.
4
Set
1
CTR
48
Cable Termination Rack complete in all
respect.
Drg.
no.
SK/DRG/OL/SER/197.
Signals Plate
49
MS Number plate (3mm thick) with
fixing clamps of letter shall be black
colour in the white back ground.
Details of description shall be given by
the Site Engineer. The plate & clamps
shall be painted before lettering of
Signal Number. Inspection : Engineer
SM Table
50
Wooden Table along with operating
chair
as
per
Drg.
No.
S&T/W/SDAH/016/A for fixing of
Block Instrument and for keeping of
TSR including fixing and its wiring.
Note: Table size will be according to the
size
of
Controlcum-indication
Panel.Inspection:Engineer
Stop board
51
Stop Board / Sighting Board on RSJ
Post
complete
with
all
fittings.Inspection:Engineer
Telephone
52
Desk
type
Electronic
Magneto
Telephone as per RDSO Spec. No. IRS
TC:79/2000
(Amendment-2)
or
latest.Inspection:RDSO
Lifting Barrier
53
Electrically Operated Lifting Barrier Set
Each
Consisting Of 2 Nos. Of Lifting Barrier
Pedestals, Each With 8 Contact Circuit
Controller With Top Roller Type Limit
BIDDER’S SEAL & SIGNATURE
Page 110 of 130
A.G.M-FINANCE
NOCCinfra
Switches, Hand Crank, 2 Electric
Motors,24vdc Of Capacity Suitable To
Operate Barriers Upto 32' Long Booms,
2 Nos. Of Allumiium Booms Of 32'
Length With 2 Nos. Stop Boards.Boom
Light Boxes, Ms Counter Weights And
2 Nos. Of Boom Support With Boom
Solenoid Locking But Without Fringes
Along With Control Panelwith Buttons
And
Indicating
Lamps,
Motor
Connectors And Mcb And Hand
Generator (24vdc) To Operate 2
Barriers Of 1 Set.
54
Supply Of Double Wall Corrugated
Pipes (Dwc) Having Non Flame
Propagation
And
Anti
Roddent
Properties And Have Ip67 Protection
On Coupling Arrangement ( Minimum
Outer Dia 175 Mm & Minimum Inner
Dia
148
Mm)
Along
With
Socket/Coupler As Per Is:14930(PartIi)
(Isi
Marked
On
Pipe].
Inspection:Consignee.
55
Supply Of Paper Base Hylum Sheet 12 Sqmm
Mm Thick. Inspection: Consignee
56
Warning device with Hooter and
flasher unit (24V D.C/ 110 V,
A.C.).Inspection:RDSO
Nos.
2
57
Supply of ARC lever with foundation,
crank etc
Set
7
Mtrs.
3000
15
Telecom
58
Supply of Telecom OFC Cable with
control system
Km
9
59
Supply of HDPE Duct pipe 40/33 for
OFC cable spec. no. GR/CDS/08/02
Km
9
60
Supply of of OFC joint closure as per
Tech. spcn given in Section III Chapter
IX and its installation, splicing of OFC
after testing of all fibres as per
specifications, drawings . This includes
provision of pit & all needed materials
for splicing of OFC & installation of
joint closures.
Nos.
16
BIDDER’S SEAL & SIGNATURE
Page 111 of 130
A.G.M-FINANCE
NOCCinfra
61
Supply and fixing of 20 pair C.T. Box
and termination of cable.
Nos.
8
62
Supply
of
Way
station
control
equipment 4 wire type along with
Control Telephone
as per Technical
specification at locations decided by
the Engineer( 4 wire way station
control equipment & Control Telephone
only shall be supplied by Railway in
this tender and issued to contractor
for execution of work. All other
materials shall be supplied by
contractor.)
Set
2
63
Supply of 12 Volt/10-12
maintenance battery
low
Nos.
4
64
V F Transformers (1 Quad/2T) as per
Tech spcn. Given in Section III, chapter
VIII.
Nos.
12
65
OFC jumper cable (10 M long) with
FC/PC connector on both sides) as per
Tech specn given in Section III, chapter
IX.
Nos.
10
66
Supply
of control room equipment
operated 48 V DC, with three digit 7
segment LED display and way station
calling facility up to 80 stations by
pressing push button along with 20
local Telephone calling facility with
microphone speaker and handset along
with remote patching equipment
capacity as per RDSO specification
No.
RDSO/SPN/TC/66/2007
with
ammendment-2,
inluding
latest
ammendment.
Set
2
67
Supply of push button telephone
Pulse /Tone switchable Telephone set
with Redial, Mute, Pause, Flash Tone/
Pulse
Facility
as
per TEC spec
No.GR/TEL-02/04
Sept
02
with
ammendment
2 including
latest ammendment
Nos.
4
68
Supply of DTMF way side Telephone
in all stations, SP, SSP and TSS. This
includes supply & fixing of DP, PVC
Nos.
2
BIDDER’S SEAL & SIGNATURE
AH
Page 112 of 130
A.G.M-FINANCE
NOCCinfra
Channel, Telephone bracket and
laying/ termination of switch board
cable.
69
Supply of M/s FIBCOM make Model
No. 6325 SDH Add/Drop MUX (STM-1)
for main stream at stations in cable
huts as per TEC specification No.
GR/SDH-04/02
MAR
2002
with
amendment 1 & 2, with L-1.1 Optical
Interface
and
as
per
technical
requirements for OFC system equipped
with 21 E1s(including engineering
Order - Wire), expandable up to 63 E1s
capacity, simply by addition of E1
cards, fully wired, cross connect
granularity at VC-12, VC-3 & VC-4
levels, aggregate interface, power unit,
sub-racks, installation materials with
all other accessories and technical
manuals etc.
Nos.
2
70
Supply of SDH Add/Drop MUX (STM-1)
for back- up stream at long haul
locations as per TEC specification No.
GR/SDH-04/02
MAR
2002
with
amendment 1 & 2, with L-1.1 Optical
Interface
and
as
per
technical
requirements for OFC system with 21
E1s(including engineering Order Wire), expandable up to 63 E1s
capacity, simply by addition of E1
cards, fully
wired, cross connect
granularity
at VC-12, VC-3 & VC-4
levels, aggregate interface, with one
Ethernet interface-card supporting
minimum four Ethernet port, power
unit, sub-racks, installation materials
with all other accessories and technical
manuals etc.
Nos.
2
71
Supply of M/s WEBFIL make 2MB
programmable primary digital drop
insert multiplexer with conference
facility as per technical specifications
IRS:TC-68-2012
with
latest
amendments, with other stipulations of
tender document, fully wired for 30
channels complete with power supply
unit, remote control supervision facility
Nos.
2
BIDDER’S SEAL & SIGNATURE
Page 113 of 130
A.G.M-FINANCE
NOCCinfra
&
all
other accessories,
installation
material,
technical
manuals etc. The MUX shall be
equipped for 16 E&M VF circuits, 4
data circuits of 64kbps, 6 hot line/
subscriber interface circuits and 4
Exchange interface circuits and V.24
low data interface card for SCADA.
72
Supply
of
Network
Management
System (NMS) including associated
software as per technical specifications
and technical details in tender
document
complete
with
all
accessories. This includes supply of
two PC work stations (the second work
station shall be in hot stand by mode).
(It must be compatable with existing
STM-1 & DI MUX available in the
section.)
No.
1
73
Supply of power pack 230 V AC I/P
to 48 V DC of 1 Amp current capacity
complete with Battery backup of 48 V 7
AH as approved by Engineer in charge.
Nos.
2
74
Supply of surge suppressor for all the
30 circuits derived from primary MUX's
(Z- protection) complete.
Nos.
10
75
Supply
of
SMPS
based battery
charger for telecom use of 230V
AC/48V DC, 25 Amp capacities. This
shall be consisting of 3 modules of
12.5
Amps
each
in 2+1
configuration
with automatic
switching between the modules as per
RDSO
spec
No.
RDSO/SPN/TL/23/99 (Ver.
III)
with latest amendment (as on date of
opening of technical bid).
Nos.
3
76
Supply,
installation
commissioning
of
arrangement (ring earth)
location of OFC installation.
and
earthing
at each
Nos.
14
77
Supply of low maintenance Lead Acid
stationary Secondary cell as per IRS
specification no. IRS: S-88/2004 or
latest amendment, nominal voltage 2V,
Nos.
20
BIDDER’S SEAL & SIGNATURE
Page 114 of 130
A.G.M-FINANCE
NOCCinfra
each of 120
AH
capacity
with
hard rubber
container for the use of Rly Signalling
&
telecommunication.
(Including
Spare
Qty for UDL-STN=4 no. &
PKR-MLDT=12 no.) Maintenance Tools
and Instructions: A wall mounting type
"Tool Board" of suitable material and
protected against acid fumes shall be
supplied along with set of 12 nos each
battery. The tool board shall comprise:
78
Supply of 6 pin Emergency socket &
Emergency
socket box as per
specification No. IRS: TC 42/87
ammendment-1
including
latest
amendment.
Nos.
10
Set
1
Miscellaneous
79
Supply of Data Logger system complete
with the following:
i)
Supply of Data Logger with 512
digital inputs and 32 analog along with
dual card leased line modem as per
RDSO Spec.No.IRS:S-99/2006 (Amdt3) or latest.
ii)
Supply
of
Power
supply
arrangements in the form of 12V
42AH batteries-4nos and 28 V 10
Amps charger- 1no with consignee
inspection.
iii)
Dual Leased Modem internal card to fit
in Central Processing Unit Rack for
Networking of Data Logger System
with other stations.
iv)
Fault Analysis System with Fault
Analysis
Software
(Data
Logger
Analyser) consisting of a PC (reputed
band only) with following configuration,
Intel Pentium IV or higher version,
Processor speed 3.2 GHz,
1
MB
Cache
Memory, 1GB/4GB RAM, 500
GB HDD, Two Front & Two Rear USB
Port, One Parallel Port, TFT Colour
Monitor(17"),
Sound
Card
with
Speaker, Network card with 1000
BIDDER’S SEAL & SIGNATURE
Page 115 of 130
A.G.M-FINANCE
NOCCinfra
mbps, Key board, Optical Mouse,
10/100 T LAN Card, Combo Drive,
Window
XP
Operating
License
Software, Antivirus Software with
License, UPS with 30 minute back up,
Printer (as per Site Engineer). Note :
Window XP Operating License Software
& Antivirus Software with License
not to be provided as preloaded
Software.
This
includes
suitable
arrangement
for
keeping
the
instrument as per instruction of Site
Engineer.
70
Supply of SDH Add/Drop MUX (STM-1)
for back- up stream at long haul
locations as per TEC specification No.
GR/SDH-04/02
MAR
2002
with
amendment 1 & 2, with L-1.1 Optical
Interface
and
as
per
technical
requirements for OFC system with 21
E1s(including engineering Order Wire), expandable up to 63 E1s
capacity, simply by addition of E1
cards, fully
wired, cross connect
granularity
at VC-12, VC-3 & VC-4
levels, aggregate interface, with one
Ethernet interface-card supporting
minimum four Ethernet port, power
unit, sub-racks, installation materials
with all other accessories and technical
manuals etc.
Nos.
2
71
Supply of M/s WEBFIL make 2MB
programmable primary digital drop
insert multiplexer with conference
facility as per technical specifications
IRS:TC-68-2012
with
latest
amendments, with other stipulations of
tender document, fully wired for 30
channels complete with power supply
unit, remote control supervision facility
&
all
other accessories,
installation
material,
technical
manuals etc. The MUX shall be
equipped for 16 E&M VF circuits, 4
data circuits of 64kbps, 6 hot line/
subscriber interface circuits and 4
Exchange interface circuits and V.24
low data interface card for SCADA.
Nos.
2
BIDDER’S SEAL & SIGNATURE
Page 116 of 130
A.G.M-FINANCE
NOCCinfra
72
Supply
of
Network
Management
System (NMS) including associated
software as per technical specifications
and technical details in tender
document
complete
with
all
accessories. This includes supply of
two PC work stations (the second work
station shall be in hot stand by mode).
(It must be compatable with existing
STM-1 & DI MUX available in the
section.)
No.
1
73
Supply of power pack 230 V AC I/P
to 48 V DC of 1 Amp current capacity
complete with Battery backup of 48 V 7
AH as approved by Engineer in charge.
Nos.
2
74
Supply of surge suppressor for all the
30 circuits derived from primary MUX's
(Z- protection) complete.
Nos.
10
75
Supply
of
SMPS
based battery
charger for telecom use of 230V
AC/48V DC, 25 Amp capacities. This
shall be consisting of 3 modules of
12.5
Amps
each
in 2+1
configuration
with automatic
switching between the modules as per
RDSO
spec
No.
RDSO/SPN/TL/23/99 (Ver.
III)
with latest amendment (as on date of
opening of technical bid).
Nos.
3
76
Supply,
installation
commissioning
of
arrangement (ring earth)
location of OFC installation.
and
earthing
at each
Nos.
14
77
Supply of low maintenance Lead Acid
stationary Secondary cell as per IRS
specification no. IRS: S-88/2004 or
latest amendment, nominal voltage 2V,
each of 120 AH capacity with hard
rubber container for the use of Rly
Signalling
& telecommunication.
(Including
Spare
Qty for UDLSTN=4
no.
& PKR-MLDT=12 no.)
Maintenance Tools and Instructions:
A wall mounting type "Tool Board" of
suitable material and protected against
Nos.
20
BIDDER’S SEAL & SIGNATURE
Page 117 of 130
A.G.M-FINANCE
NOCCinfra
acid fumes shall be supplied along
with set of 12 nos each battery. The
tool board shall comprise:
78
Supply of 6 pin Emergency socket &
Emergency
socket box as per
specification No. IRS: TC 42/87
ammendment-1
including
latest
amendment.
Nos.
10
Set
1
Miscellaneous
79
Supply of Data Logger system complete
with the following:
i)
Supply of Data Logger with 512
digital inputs and 32 analog along with
dual card leased line modem as per
RDSO Spec.No.IRS:S-99/2006 (Amdt3) or latest.
ii)
Supply
of
Power
supply
arrangements in the form of 12V
42AH batteries-4nos and 28 V 10
Amps charger- 1no with consignee
inspection.
iii)
Dual Leased Modem internal card to fit
in Central Processing Unit Rack for
Networking of Data Logger System
with other stations.
iv)
Fault Analysis System with Fault
Analysis
Software
(Data
Logger
Analyser) consisting of a PC (reputed
band only) with following configuration,
Intel Pentium IV or higher version,
Processor speed 3.2 GHz,
1
MB
Cache
Memory, 1GB/4GB RAM, 500
GB HDD, Two Front & Two Rear USB
Port, One Parallel Port, TFT Colour
Monitor(17"),
Sound
Card
with
Speaker, Network card with 1000
mbps, Key board, Optical Mouse,
10/100 T LAN Card, Combo Drive,
Window
XP
Operating
License
Software, Antivirus Software with
License, UPS with 30 minute back up,
Printer (as per Site Engineer). Note :
Window XP Operating License Software
& Antivirus Software with License
BIDDER’S SEAL & SIGNATURE
Page 118 of 130
A.G.M-FINANCE
NOCCinfra
not to be provided as preloaded
Software.
This
includes
suitable
arrangement
for
keeping
the
instrument as per instruction of Site
Engineer.
v)
Supply of multy front End Processor
with
Modem
as
per
RDSO
Spec.No.IRS-S-99/2006
and
spec
A1with latest amendment
80
Supply of Single Section Digital AxleCounter
as
per
Spcn.
No.
RDSO/SPN/177/2003 Ver-1 Amd-2)or
latest includ-ing final track clearence
relay with accessories for block section
proving .The set stands for the equipment required for one block section
Sets
2
81
Supply of Digital Axle Counter (3D)
with all accessories
Set
1
82
Supply of Single Line Tokenless Block
Instrument as per spcn. no. IRS:S98/2001 Amd-3
Pair
1
83
Supply Of Filter Unit For Single /
Double Line Block Instrument To Be
Used
In
25
Kv
Ac
Traction
Area.Spec.No.
Irs-S-68/89(Latest).
Material To Be Procured From Rdso's
Approved Firm Only.
Inspection :Rdso
Nos.
2
84
Supply Of Block Bell Equipment, Block
Bell, Block Telephone, Spec.No. Irs-Tc44/88(Latest). Inspection :- Consignee.
Nos.
2
85
Supply of Wooden Cup Board
Nos.
1
86
Supply
and
Installation
maintainance free Earth
Nos.
14
of
TOTAL OF SCHEDULE – “A”
(Rupees ……………………………………………………………………………………… Only)
BIDDER’S SEAL & SIGNATURE
Page 119 of 130
A.G.M-FINANCE
NOCCinfra
SCHEDULE "B": EXECUTION OF S & T MATERIALS
SL
NO
ITEM DESCRIPTION
UNIT
QTY
1
Excavation of cable trench 1 m deep
and 300 mm wide along side of the
Track in all types of soil, conforming to
distances as per cable route plan &
refilling after cable laying as per
Drg.No.RITES/SIG/GEN/021-98. This
work includes :
KM
15
a)
Covering of laid cables in trenches by
a layer of 50 mm thick loose soils
before covering by 2nd class bricks
lengthwise,
4
bricks
per
m
approximately
b)
Disposal of soils, clearing of roots,
bushes etc. in all types of soils.
c)
Cable route markers are to be laid
along with the cable route as per
instruction of site In-charge.
2
Transportation & Fixing / laying of
RCC pipes with collars 100 mm dia 2
mtrs. long to Spec.No. IS-458 for
laying of cables to 1M depth & 0.3M
wide trench underneath the Track/.
Pucca Road/ Road crossing/ platform
cutting / Level Xing etc.as specified in
Tech. Circular No. CON/SK/T/2. This
work includes repairing and plastering
of
Platform/Pucca
Road/Road
Crossing after cable laying.
Nos.
50
3
Transportation & Laying of Signaling &
Telecom Cables of various sizes in the
excavated trench as per cable chart
& tech. specification. This includes
supply of U clamp & anchoring the
cable with U clamp at an interval of 25
metres
as
per
Drg.
No.
CSTE/CON/Cable/81.
KM.
67
4
Excavation of pit, casting of concrete
foundations for Steel Apparatus Case
as per Drg. No. CON/SK/T/8. This
Nos.
45
BIDDER’S SEAL & SIGNATURE
Page 120 of 130
RATE
(RS.)
AMOUNT
(RS.)
A.G.M-FINANCE
NOCCinfra
includes :
a)
Supply of cement of approved brand,
sand, stone chip 1'' size & mixing in
the ratio 1:3:6.
b)
Supply of 4 Nos. foundation bolts as
per Drg.No.SA-112A with Nuts & MS
washer.
5
Excavation of pit, casting & plastering
of concrete foundation for Colour
Light Signal.
as per
Drg.No.CON/SK/T/12 This includes :
Supply of cement, sand, stone chip 1''
size & mixing in the ratio 1:3:6.and
supply of foundation bolts of sizes
24mm x 915 to suit drg.SA-116 A/M.
6
Transportation, Erection & fittings of
2/3/4 Aspect Colour Light Signals,
This includes:
a)
Erection of surface base, signal post,
signal unit, ladder with guard,
dependent shunt signal/Calling On
signal on Off-set bracket etc. as per
SIP.
b)
Insertion of tail cable, termination of
tail cable to the main signal unit,
dependent shut signal, calling on
signal etc. and wiring to the signal.
7
Excavation of pit, casting & plastering
of
concrete
foundation
for
independent Shunt Signal / Shunt
indicator
as
per
Drg.No.CON/SK/T/13 This includes :
Supply of cement, sand, stone chip 1''
& mixing
in the ratio 1:3:6.and
foundation bolts of sizes 20 mmx 305
mm to drg.SA-110 A/M.
a)
Erection of Shunt Signals / indicator.
This includes: insertion of tail cable,
wiring of signal/slot unit.
b)
Erection of surface base, signal post,
signal / slot unit.
BIDDER’S SEAL & SIGNATURE
Nos.
7
Nos.
3
Page 121 of 130
A.G.M-FINANCE
NOCCinfra
8
Erection of Jn. Type Route Indicator
with 6 way drum, with 1/2 way arm.
This includes
a)
Fixing of LED lamps
b)
Wiring & testing
9
Transportation & Erection of Steel
Apparatus
Case
on
foundation
including fixing of miniture `E'
type
lock & locking arrangement,
wiring,
testing & commissioning as per
approved wiring diagram.
This
includes :
i)
Supply & fixing of hylum sheet, resin
bonded 6 mm thick grade P3 in
standard size of 1.22 x 1.22 mtrs. for
shelves, strips and for fixing ARA
terminal, fuse blocks etc.
ii)
Termination of cables with number.
embossed ferrules, bunching of cables
with PVC tape button including
supply of ferrules, tape,
cable fixing
clamps etc.
iii)
Filling up pit inside the Apparatus
Case by sand and plastering
of the
foundation.
iv)
Fixing of terminals, fuse blocks, N.D.
fuses, etc. as per approved wiring
diagrams.
v)
Supply & Fixing of Six way terminal
block on hylum strips of size 625 mm x
57mm x 6 mm inside Apparatus
case
for
wiring
discretional
of
Terminal and fuse as per approved
wiring diagram.
10
Transportation, Installation, wiring,
testing and commissioning of 110 V,
DC
Point
Machine
as
per
Specifications and
approved wiring
diagrams.
This includes : Fixing of
point machines on MS plate fixed on
wooden/concrete sleepers complete
BIDDER’S SEAL & SIGNATURE
Set
1
Nos.
45
Nos.
6
Page 122 of 130
A.G.M-FINANCE
NOCCinfra
with fixing of anti theft covers,
junction boxes , ground connection.
Fixing of insulation for gauge tie plate
and crossing plate for 52/60 KG
Points
&
Crossings.
Fixing
of
insulation for switch extension pieces
(D /P bracket) and leading and
following stretcher bars. Termination of
cable & Wiring from the cable
termination box to the point machine
as per specifications. All smithy
works. Supply of MS plates, flat,
angle, bolts, nuts, pins as required.
Preliminary adjustment for operation of
Points by Crank Handle Testing the
point machines from the point of
operation including testing with 5 mm
Test Piece. Note: If required removal,
dismantling of existing point machine
with ground connection or DP
included in above work.
11
Transportation, Erection of Cable
Termination Rack.
This includes
supply of nuts & bolts, Supply and
fixing of MS wiring ladder from CTR to
Relay Rack, Supply & fixing of Hylam
sheet (725 mm x 57mm x 3mm) for
fixing of terminal block & wiring
terminal description, termination of
Signaling
cable
with
number
embossed ferrule, bunching of cable
with PVC tape and button, earthing of
the CTR & cable armour and
soldering, MS clamps and cement for
masonry works, filling up the cable pit
by sand.
Nos.
2
12
Transportation, Installation of Q
series/
composite
Relay
Rack
assembly with (3/4 X 9'') anchor bolts
with one nut and one washer per bolt.
Fixing
of
MS
ladders
as
per
requirement, fixing of relay base
plates,
relays,
fuses,
busbar,
terminals, terminal blocks, fixing
of
Hylam sheet ( 725mmx57mmx3mm)
for
wiring
relay
&
terminal
descriptions.
Nos.
7
BIDDER’S SEAL & SIGNATURE
Page 123 of 130
A.G.M-FINANCE
NOCCinfra
13
Transportation, Wiring of Relays
complete in Relay Rack and Rack to
Rack, Tag Block & CTR
as per
approved wiring diagram. Crimping of
wires with relay connectors and
soldering after testing, bunching of
wires with PVC tape & button.
Alteration of wiring of the existing
relay rack, if any, to be carried out.
Per
Relay
900
14
Transportation, Installation, testing
and commissioning of IPS system
SMPS based for Panel Interlocked
station.
Nos.
1
15
Transportation, Installation, wiring,
testing & commissioning of LED based
Operating cum Indication panel as per
Specn.No.S-36-96.This
includes
termination of cable/duly fixed with
MS clamps on Tag Bock/8 way strip
and
supply
of
MS
angle/flat,
teakwood, bolts & nuts, screws etc.
Nos.
1
16
Transportation, Installation of RED /
YELLOW/ GREEN Main Signal LED
aspect, current regulator and health
monitoring unit.
Nos.
21
17
Installation of Route Indicator/ Shunt
LED Aspect with built in current
regulator.
Nos.
1
18
Installation of Calling -on LED aspect
with built in current regulator
Nos.
1
19
Painting two coats of enamel paint
over one coat of Red oxide primer on
the following items after scrapping
and cleaning of the surface wherever
necessary.
Primer & paints both of
approved quality are to be supplied by
Contractor.
A i)
Welded Steel Apparatus Case
Nos.
21
Main Signal post with signal unit, Jn.
surface complete with Route indicator
fittings as per Rlys. standard practice.
This includes dependent, Independent
shunt Signals also as enclosed above.
Nos.
7
ii)
BIDDER’S SEAL & SIGNATURE
Page 124 of 130
A.G.M-FINANCE
NOCCinfra
iii)
Point
Machine
with
ground
connections complete (point machine
with black enamel only outside &
ground connection with Red oxide).
Nos.
6
B)
Indoor-Outdoor Lettering/Numbering
of Signals, Points, track circuit
Apparatus cases, TLJB, Boards/Relay
Rack/CTR Relay/Cable Description
on LC gate and Relay Room and
Goomty etc.
Nos.
18
20
Transportation, Installation of Earth
Electrode & connecting to apparatus
case, signal unit, power equipment,
cables etc. through GI wire 6 SWG
suitably connected on MS flats size 40
x
5
mm
as
per drg. No.
RITES/SIG/GEN/015-98
or
RITES/SIG/GEN/01 This includes
digging of pit in earth 3 m deep
casting of cement concrete enclosure
as per drawing no. CON/SK/T/9A,
soil treatment as per standard
practice involving pouring of salt &
charcoal, connecting the equipment
through earth lead wire & soldering,
Salt, charcoal, cement, soldering
material, wiring material etc. required
shall be supplied by the contractor.
NOTE: All the materials required for
wiring testing & commissioning of
earth
electrodes
including
earth
enclosure & such sundry materials as
charcoal, salt, salmoniac, GI wire,
copper lugs with bolts, Nuts &
washers, eyelets, paints, soldering
materials etc. shall be supplied by the
Contractor. All the materials including
earth pipe shall be transported to the
execution site by the contractor. The
contractors has to supply earth
register as per Railway format.
Nos.
45
21
Transportation, Installation, wiring,
testing & commissioning of Rotary Key
Transmitter.
This includes fixing of
key transmitter on hylum sheet,
termination of cables, wiring of
key
Nos.
16
BIDDER’S SEAL & SIGNATURE
Page 125 of 130
A.G.M-FINANCE
NOCCinfra
transmitter & supply of hylum sheet,
wiring material, nuts & bolts etc.
22
Design, preparation & supply of
documents mentioned below along
with original tracing on a standard 7.5
micron polyester film in AUTO CAD
format with CD
a)
Cable route Plan.
b)
Apparatus case details plan.
c)
Cable termination details
d)
Completion plans for
i)
Wiring diagram
ii)
Selection table
iii)
Signal Interlocking Plan
iv)
Contact Analysis chart
v)
Fues analysis of the rack.
vi)
Tag block analysis of the rack.
vii)
C.T. Rack
viii)
Power Panel diagram
ix)
Relay layout chart rack wise
x)
Bus bar arrangement
xi)
Track bonding plan
xii)
Junction box details.
xiii)
Front Plate Diagram
e)
preparation/ Modification of Station
Working Rule with SWRD
23
Initial charging of lead acid and low
maintenance
batteries
for
Block
needle and bell,and battery room. This
includes supply of Sulphuric Acid,
Distilled
water,preparation
of
electrolyte, charging & discharging of
batteries (3 cycle).
BIDDER’S SEAL & SIGNATURE
Set
4
Page 126 of 130
A.G.M-FINANCE
NOCCinfra
a)
2V, 80 AH
24
Installation, testing & commissioning
of entire system including Panel
Interlocking.
LS
25
Transportation,
Installation
of
Sighting/ Stop Board. The necessary
materials required for grouting shall
be supplied by the contractor.
Nos.
26
Post commissioning maintenance of Month
S&T gears. During this maintenance
period distilled water for maintenance
of battery, lubricating oil for point
machines, LC Gate & at switch of
points, 8 SWG wire for Track Bonding,
Lead wire for Track Circuit, Flexible
wire rope, revit, thimble, sleevs,
sackles for LC Gate maintenance, etc.
are to be supplied as and when
required at the own cost of the
contractor. Minimum four nos. of
wiremen (skilled) and four nos. of
helper along with one Retd. Rly.
JE/SE to be deputed at each shift (8
hours).
3
27
Electrical
Lifting
Barrier
Gate
foundation, Indication, wiring, Testing
and Carring
Set
1
28
Existing
Cable
shifting
in
Old
Cabins/Yard, Protecting of signal
Cables, Trenching for Projections/
Shifting of cables. Termination of
cables in Signals, Location, point
Machine/PT. JB, Box, TLJB, CTR etc.
as Per Direction of Site Engineer.
Complete Materials required for above
mention work to be supplied by
contractor.
LS
29
Overall
cost
for
UNFORESEEN/MISCELLANEOUS
Items for Items NOT INCLUDED IN
"Schedule -A, B & C".
LS
30
Re-Instatement
of
Platform
and
repairing to original state after cable
Mtr.
BIDDER’S SEAL & SIGNATURE
Nos.
42
4
1700
Page 127 of 130
A.G.M-FINANCE
NOCCinfra
laying.
31
Boaring of Road (National Highway) in
Level Crossing area for Cable laying
etc.
Mtr.
100
32
Installation of Datalogger
Set
1
33
Installation of RKT
Nos.
4
34
Alteration of SSI and Panel at Balasore
in connection with new Block Station
of Nilgiri Ballast Siding.
LS
35
Construction
of
Panel
building
including Relay Room, Battery Room,
Power Room, SM Room and L.C. Gate.
(The work includes Doors, Windows,
Flooring, Acidproof Tiles, Painting and
Lettering.)
Sqm.
250
36
Installation,
Wiring,
testing
and
commissioning of Single Section Digital
Axle-Counter as per Spcn. No.
RDSO/SPN/177/2003 Ver-1 Amd-2)or
latest includ-ing final track clearence
relay with accessories for block section
proving .The set stands for the equipment required for one block section
Sets
2
37
Installtion of Digital Axle Counter (3D)
with all accessories
Set
1
38
Installation,
Wiring,
testing
and
commissioning
of
Single
Line
Tokenless Block Instrument as per
spcn. no. IRS:S-98/2001 Amd-3
Pair
1
39
Installation,
Wiring,
testing
and
commissioning Of Filter Unit For Single
/ Double Line Block Instrument To Be
Used
In
25
Kv
Ac
Traction
Area.Spec.No.
Irs-S-68/89(Latest).
Material To Be Procured From Rdso's
Approved Firm Only.
Inspection :Rdso
Nos.
2
40
Installation,
Wiring,
testing
and
commissioning
Of
Block
Bell
Equipment,
Block
Bell,
Block
Telephone,
Spec.No.
Irs-Tc-
Nos.
2
BIDDER’S SEAL & SIGNATURE
Page 128 of 130
A.G.M-FINANCE
NOCCinfra
44/88(Latest). Inspection :- Consignee.
41
Installation of Way station control
equipment 4 wire type along with
Control Telephone
Sets
2
42
Installation of control room equipment
operated 48 V DC, with three digit 7
segment LED display
Sets
2
43
Installation
of
DTMF
way
side
Telephone in all stations, SP, SSP and
TSS.
Nos.
2
44
Installation of SDH Add/Drop MUX
(STM-1) for back- up stream at long
haul locations
Nos.
2
45
Installation of M/s WEBFIL make
2MB programmable primary digital
drop insert multiplexer with conference
facility
Nos.
2
46
Installation of Network Management
System (NMS) including associated
software
Nos.
1
TOTAL OF SCHEDULE – “B”
(Rupees ……………………………………………………………………………………… Only)
BIDDER’S SEAL & SIGNATURE
Page 129 of 130
A.G.M-FINANCE
NOCCinfra
Form of Bank Guarantee for EMD Amount (on Non-judicial Stamp Paper of Rs. 100
minimum or as per the stamp act of local state Govt.)
In consideration of NOCCi BALASORE INFRASTRUCTURE COMPANY (hereinafter called
“the NOCCinfra”) having agreed to accept payment of Rs.4,00,000/- from M/s.
___________________________________ (hereinafter called the said bidder) towards Earnest
Money Deposit under the terms & conditions of Notice Inviting Tender NIT NoNOCCinfra/Railway Siding (S & T)/2015-16/117 / Dt-11.12.2015 for supply, installation ,
commissioning and testing of Signaling & Telecommunication (S & T) of Railway Siding at
Somnathpur, production of Bank Guarantee for Rs.4,00,000/- (Rupees Four Lakh Only).
We_______________________Bank (hereinafter called “Bank/Surety) having is Registered
Office
at
_________________________________________________________________________________________
___, acting through its Officer / Manager Shri______________________________________ do
herby unconditionally and guarantee and undertake to indemnify the NOCCinfra to the
extent of Rs. 4,00,000/-against any breach of tender condition by the said bidder during
the validity period of the tender i,e, 60days from the last date of receipt of tenders and
undertake to pay the amount on mere receipt of written demand under guarantee for
NOCCinfra without demur and protest at ____________________________________ Branch
office at__________________________.
We, the ___________________ Bank, further agree that any amount/demand stated by the
NOCCinfra within limit of this guarantee, shall be conclusive and binding, notwithstanding
any differences between the NOCCinfra and the Bidder or any dispute whatsoever pending
before any Court, Tribunal, Arbitrator or any other authority.
The BANK’s liability under this guarantee is limited to Rs.4,00,000/- (Rupees Four Lakh
Only), and shall come into force with immediate 72 hrs effect up to 5th March, 2016
unless the demand is made by NOCCinfra on the BANK on or before the said date.
Our liability under the guarantee is restricted Rs.4,00,000/- (Rupees Three Lakh Only),
Our Guarantee shall remain in force till 5th March, 2016 unless the demand is claimed /
is made on us on or before the said date, we shall stand discharged from the obligations
under the guarantee.
NOTWITHSTANDING ANYTHING CONTAINED ABOVE:
1.
2.
3.
OUR LIABILITY UNDER THIS Bank Guarantee should not exceed Rs.4,00,000/-.
(Rupees Four Lakh Only).
This bank Guarantee shall be valid up to 5th March, 2016.
The guarantee shall remain in force till 5th March, 2016 and if any loss, expenses
caused or suffered by NOCCinfra by reason of any breaches by the said bidder of any
of the terms & conditions of NIT should be preferred on the bank before 5th March,
2016.The guarantee shall thereafter cease and the bank shall be released and
discharged from the liabilities hereunder.
For & on Behalf of BANK with Seal
BIDDER’S SEAL & SIGNATURE
Page 130 of 130
A.G.M-FINANCE
Download